Loading...
HomeMy WebLinkAboutPW18-336 - Original - Pease & Sons, Inc. - Union Pacific Storm Water Pump Station Pump Replacement - 08/21/2018 Records Management Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed. If you have questions, please rontact the City Clerk's Offices at 253-856-5725. ® Blue/Motion Sheet Attached ® Pink Sheet Attached Vendor Name: Pease & Sons, Inc. Vendor Number (JDE): _. Contract Number (City Clerk): r W I� ' Category: Contract Agreement _ Sub-Category (if applicable) Cli_ool,;41 111 Project Name: Union Pacific Storm Water Pump Station Pump Replacement Contract Execution Date: Date of the Mayor's signature Termination Date: ioo working days Contract Manager: Joe Araucto Department: PW: Operations Contract Amount: $200,478 03 Approval Authority: ❑ Director ❑ Mayor ® City Council Other Details: The ,proiect consists of replacinq two existing pump a,nd motor. assemblies at the Union Pacific storm water pump station, C I TV OF KENT KING COUNTY, WASHINGTON KENT SPEC I AL PROV I S I ONS FOR Union Pacific Storm Water Pump Station - Pump Replacement Project Number: D20048 BIDS ACCEPTED UNTIL BID OPENING July 31, 2018 July 31,, 2018 9-45 A.M. 10:00 A.M. DELI-VER TO C I TY OF KENT, C I TY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 40 'Moo�so ISS7 K ic 14 ENT W A 5 H I N G T O N PUBLIC WORKS DEPARTMENT Timothy]. LaPorte, P.E. Public Works Director �y 400 West Gowe K E I T Kent, WA 98032 w.a n I H OTON Fax: 253-856-6500 PHONE: 253-856-5500 or�miwmmmsawiwvwmaw.wma.aw, mammnwmmumuwwwm� CITY OF KENT KING COUNTY, WASHINGTON Union Pacific Storm Water Pump Station - Pump Replacement Project Number: D20048 ADDENDUM No. 1 July 24, 2018 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: A1.1 C91AE'GES ARE. RIIC;!!IIH.IIEC"II"IIE ll) IN IRED I APPENDICES Appendix 1 — Location Map, Site Detail, Photos of Existing Pump Station, Wiring Diagram Record Drawings, Pump Assembly Detail, and installer Certification Form INSERT the attached sheet 2 of 3 and 3 of 3 of the Pump Assembly Detail after Sheet 1 of 3. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date Deputy Director/City Engineer Attachments: Pump Assembly Details - 2 pages 0 rn d 3 Y C N Y Mayor Dana Ralph« SOLE PLATE --- - m SOLE PLATL SUPPORT BEAU AJ SOLE PLATE C G 177D^ SUPPORT B4✓1N1.,,.. I 1 STEEL BRACKET (IYP) fYP' DISCHARC,E A STE SHEET I FOR DETAIL B._..f.. .,...._.. SEE SHEET 3 FOR LOCATION I PLAIN END I 1 �................... DISCHARGF I rrti 'T'•- _EXISTING OUTFALL PIPE 21,50 hl s rc .- F vi a. w ji I � 1 0.50 City of Kent Public Works Department FnPinGce7rg Division Peerless Pump Company, Inc. INDIANFFaus, IN 4 6 20 7-7 026 w'f;A1F DO NOT SCALE DRAWING Nf7fvf. PUMP ASSEMBLY DETAIL SIDE VIEW SHEET 2 OF 3 I STEEL BRACKET (TYP) SEE SHEET 1 FOR DETAIL — ,. » o I a SOLE 'LAIE I < o SUPPORT RFAIA a N cc (TYP) ^ — l — » � t o ! T—_—_ �_ m =__ .... I i \ 1 O 5 1 � � ............_.... r O I Ul o6 O » L r, 4.00 20.7[)*- 20.75 ' .. 4.no 49 SO TOP VIEW City of Kent Public Works Department F,ngineering Division Peerless Pump Company, Inc. INaIANAPOLIS, IN 46207-7026 SCALE:. DO NOI SCALE DRAWING NONE PUMP ASSEMBLY DETAIL 3 OF I INDEX Section 'I Bidder's Package Section 2 Payment and Performance (Bond and Contract Section 3 "Table of Contents Section 4 Kent Special Provisions Section 5 Location Map, Site Detail, Photos of Existing Pump Station, Wiring Diagram Record Drawings Pump Assembly Detail, and Installer Certification Form Section 6 Prevailing Wage Rates BIDDER'S NAME Pease & Sons, Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR. Union Pacific Storm Water Pump Station Pump Replacement Project Number: D20048 BIDS ACCEPTED UNTIL BID OPENING July 31 , 2018 July 31 , 2018 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KEN TT W A 5 H I N G 7 0 N i 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 Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Location Map, Site Detail, Photos of Existing Pump Station, Wiring Diagram Record Drawings Pump Assembly Detail, and Installer Certification Form Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 31, 2018 up to 9:45 a.m. as shown on the clock on the east wall of j the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 10:00 a.m. for the City of Kent project named as follows: Union Pacific Storm Water Pump Station — Pump Replacement Project Number: D20048 The project consists of replacing two existing storm drainage vertical turbine pump assembly at the City of Kent UP Pump Station all in accordance with Kent Special Provisions, and the WSDOT Standard Specifications. The City will make the project site open to contractors interested on bidding the project from 10:00 AM to 11 :00 AM on July 24, 2018. City staff will be present only to provide access to the site; not to answer questions or provide information. The Engineer's estimated range for this project is approximately $120,000 to $160,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Joseph Araucto, P.E. at 253- 856-5664. 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 $25 for each set. Plans and specifications can also be downloaded at no charge at KeMWA.aov/doma business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. � Dated this ill' day Y of Jul , 2018. BY: � it `f+"r/ Kim er@e A. t�arr�oto, City Clerk Published in Daily Journal of Commerce on July 17 and 24, 2018. 1 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 7/31/18 I This statement relates to a proposed contract with the City of Kent named Union Pacific Storm Water Pump Station — Pump Replacement Project Number: D20048 I am the undersigned bidder or prospective contractor. I represent that — 1 . I 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. Pease & Sons, Inc. NAME OF BIDDER BY: S NATURE/TITLE Darron C. Pease, President P.O. Box 44100 Tacoma, WA 98448 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) UP Storm Water Pump Station Pump Repl/Araucto 1 July 11, 2018 Project Number: D20048 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 a r e to f-ullfill the five requirements referenced above. By: For: Pease & Sons, Inc. Title: Darron C. Pease, President Date: 7/31/18 UP Storm Water Pump Station Pump Repl/Araucto 2 July 11, 2018 Project Number: D20048 I CITY OF KENT ADMINISTRATIVE POLICY I 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. UP Storm Water Pump Station Pump Repl/Araucto 3 July 11, 2018 Project Number: D20048 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Pease & Sons 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 Union Pacific Storm Water Pump Station - Pump Replacement/Project Number: D20048 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 B I DDERS: 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 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1 ,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. UP Storm Water Pump Station Pump Repl/Araucto 5 July 11, 2018 Project Number: D20048 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT I 00 tt a no I 1000 1-09.7 1 Mobilization $ I11936 , $ 1111, 0 36 WSDOT LUMP SUM Per LS I 1005 8-30.5 2 Remove Existing Pump $2 6-03 nn J00 $ r /(�D(o KSP EACH Assembly Per EA 1010 8-30.5 2 Vertical Turbine Pump $ 7�� 7� —'s IS2�54y no KSP EACH Assembly Per EA 1015 8-30.5 1 Remove and Replace Existing $2,3g`� co $ 2 38z/ KSP LUMP SUM Level Regulators Per LS 1020 8-30.5 125 Remove and Replace Existing 02 . RI $ Ss 3C3. 7S KSP LN FT Electrical Wiring Per LF 1025 1-07.15(1) 1 SPCC Plan $ 9 1�0 $ // 1 110 WSDOT LUMP SUM Per LS 1030 1-04.4(1) 1 Minor Changes $5,000.00* $5,000.00 WSDOT CALC Per CALC *Common price to all bidders Sub Total $ A g2— ZS2 � 10% WA State Sales Tax $ Q2,2S. ° Total Bid $ Z,00-_ 38. UP Storm Water Pump Station Pump Repl/Araucto 6 July 11, 2018 Project Number: D20048 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from an tier of subcontractors, that shall perform Y 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: Union Pa_rifir_ Storm Water PUmn Station — Pumn Renlarement ___- Project Number: o2ri Subcontractor Name Item Numbers Subcontractor Name Item Numbers � Subcontractor Na Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE UP storm water Pump station Pump Rep]/Araucto 7 Darron C. Pease, President July 11, 2018 Project Number. D20048 i SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: e0.42 3 .5 G Project Name: Union Pacific Storm Water Pumo Station — Purl Replacement Project Number: D20048 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Pease & Sons, Inc. Plumbing Subcontractor Name:. Pease Piping, Inc. Electrical Subcontractor Name: sc^-1,�eki 1Je,,+t( 7/31/18 J1, ature r Bidder Darren C. Pease, Pres. Date UP Storm water Pump Station Pump Repl/Araucto 8 July 11, 2018 Project Number D20048 i CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) 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 INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT 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. UP Storm Water Pump Station Pump Repl/Araucto 9 July 11, 2018 Project Number: D20048 i If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORMMAYALSO RESULT INA 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: Pease & Sons, Inc. NAME: Darron C. Pease, President ADDRESS: P.O. Box 44100 Tacoma WA 98448 PRINCIPAL OFFICE: Pease & Sons, Inc. ADDRESS: P.O. Box 44100 Tacoma, WA 98448 PHONE: 253.531.7700 FAX: 253.537.8113 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 278-040-964 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. 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 UP Storm Water Pump Station Pump Repl/Araucto 10 July 11, 2018 Project Number: D20048 PEASE/SONS INC https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=278040964&LIC,,, i '.'i�¢uaraalro L&I f Washington Slate Department of Labor & industries Item 1 . 1 OWE N S'ONS'INC Owner or tradesperson PO BOX 44100 TACOMA,WA 9 8448-01 0 0 Principals 253-531-7700 PEASE,BARRON CLARK,PRESIDENT PIERCE County PEASE,GORDON ALAN,VICE PRESIDENT WAGNER,ANNE CHRISTINE,SECRETARY v PEASE,KAREN A,TREASURER (End'.01/0111998) a PEASE,MARVIN L,VICE PRESIDENT (End:04/26/2005) PEASE,JAMES K,SECRETARY (End:06/10/2004) PEASE, L DAVID, PRESIDENT (End:0712211994) r GRUBB,SAMUEL P,VICE PRESIDENT (End:08/19/1996) Doing business as PEASE/SONS INC WA UBI No, Business type 278 040 964 Corporation Governing persons BARRON C PEASE DAVID L PEASE; GORDON A PEASE', LIcei Verify the contractor's active registration!license/certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no, PEASES"302P0 Effective—expiration 10/20/1970—09101/2018 Bond SAFECO INS CO OF AMERICA $12,000,00 Bond account no. 5825949 Received by L&I Effective date 08/16/2001 09/01/2001 Expirarion date 1 of 2 7/25/2018, 10:44 AM PEASE /SONS INC https://secure.lni.wa.gov/verify/Detail.aspx?UBI=278040964&LIC... Until Canceled Insurance American Guarantee&Liability $1,000,000.00 Policy no, GLA0182644-00 f Received by L&I Effective dale J 08115/2017 09/01/2015 Expiration date 1 09/0112018 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workersi604, Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 120,413-00 Doing business as PEASE&SONS INC Estimated workers reported Quarter 1 of Year 2018"51 to 75 Workers" L&I account contact TO/KARLA BOWMAN(360)902.5535-Email:BOWK235@lni.wa.gov NOW WWol Strikes and Debarments, Verify the contractor is eligible to perform work on public works projects. Contractor Strikes ......... __. . No strikes have been issued against this contractor, Contractors not allowed to bid No debarments have been issued against this contractor. Workplace,safety and health No inspections during the previous 6 year period. r\iCf:Y , ,4Waehln$lun�s "I �I 2 of 2 7125/2018, 10:44 AM eServices https://secure.dor.wa.gov/gteunauth/_/43 Item 1 .2 My DOR Unauthenticated > Business Lookup > PEASE&SONS,INC. License Information: New search Back to results Entity name: PEASE&SONS,INC. Business name: PEASE&SONS,INC. Entity type: Profit Corporation UBI#: 278-040-964 Business ID.001 Location ID[0002 Location: Open Location address: 10601 WALLER RD E TACOMA WA 98446-2234 USA Mailing address: PO BOX 44100 TACOMA WA 98448-0100 USA View Additional Locations Excise tax account and reseller Open(View) permit status: Secretary of State status: Click here Endorsements Endorsements held at this location License# Count Details Status F:xfnralon dale First issuance oat Fircrest General Business Active Jul-31-2019 Jul-12-2015 Minor Work Permit Active Jan-31-2019 Aug-20-1097 Olympia General Business 32459 Active Jan-31-2019 Dee-01 2016 Puyallup General Business-Nan- Active Jul-31-2019 Jul-122018 Resident Underground Storage Tank 1 View Tanks Active University Place General Business L2354 Active Jan-31-2019 Jul-02-2007 6 Rows Governing People M„m.,.�eo..r,nvp—p_........... sos Governing people True HILLEMANN,BRYAN G PEASE,DARRON C SPEVAK,JOHN K 3 Rows .._... Information current as of 7/25/2018 11:15',16 AM Working together to fund Washington's future 1 of 1 7125/2018, 1112 AM PEASE & SONS INC https://secure.Ini.wa.gov/verify/Details/liabilityCertific@te.aspx?UB... ow, ' c STATT OF WADU W ON Department of Labor & Industries Certificate of Workers' Compensation Coverage July 25, 2018 WA UBI No, 278 040 964 L&I Account ID 120,413-00 Legal Business Name PEASE &SONS INC Doing Business As PEASE &SONS INC Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 1 of Year 2018"51 to 75 Workers" (See Description Below) Account Representative Employer Services Help Line, (360) 902-4817 Licensed Contractor? Yes License No. PEASES"302P0 License Expiration 09/01/2018 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12,050 and 51,16.190). 1 of 1 7/25/2018, 10:45 AM 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). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 56 years 2.2 How many years has your organization been in business under its present business name? 56 years 2.2.1 Under what other or former names has your organization operated? N/A 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 0110 2/1 9 62 2.3.2 State of incorporation: WA 2.3.3 President's name: Darren C. Pease 2.3.4 Vice-president's name(s): Bryan Hillemann 2.3.5 Secretary's name: Johnny Spevak 2.3.6 Treasurer's name: Johnny Spevak 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 Listjurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. UP Storm Water Pump Station Pump Repl/Araucto 11 July 11, 2018 Project Number. D20048 PEASE & SONS, INC. P.O. BOX 44100 • Tacoma,Washington 98448-0100 j 10601 Waller Road East • (253) 531-7700 • Fax (253)537-8113 Contractor Registration No. CCOI-PE-AS-ES*302PO E-mail address:maild easeancts ns.cntaa July 25, 2018 City of Kent Reference: Union Pacific Storm Water Pump Station-Pump Replacement Kent, WA Contractor's Qualification Statement-Statutory Requirements-Item 1.4 To Whom It Might Concern, Pease& Sons,Inc. is not currently, and has never been, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Sincerely, PEASE& SONS, INC, Barron C. Pease President SUBSCRIBED AND SWORN TO before me on this 25" day of July ,2018. -otar ublic in ant for the State Notary Pubk res 'n at -1 ake od,WA . State of Washington My commission expires: 07/01/19. JENNIFER M. IKULJAM My�ppomlmm E.PW""e1,$pld. ON "An Equal Oppmunery Employer' PEASE & SONS, INC. P.O. BOX 44100 • Tacoma,Washington 98448-0100 10601 Waller Road East • (253) 531-7700 • Fax (253)537-8113 Contractor Registration No.CC01-PE-AS-ES"302P0 E-mail address:mailfteiaseandsons.com July 25,2018 City of Kent Reference: Union Pacific Storm Water Pump Station—Pump Replacement Kent,WA Contractor's Qualification Statement—Statutory Requirements—Item 1.5 To Whom It Might Concern, Within the three(3)year period immediately preceding the bid solicitation date,Pease & Sons, Inc.was not, and is not, a"willful"violator as defined in RCE 49.48.082, or any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment or through a civil judgement entered by a court or limited or general jurisdiction. Sincerely, , _P,EASE& SONS, INC. Lil Darron C. Pease President SUBSCRIBED AND SWORN TO before me on this 25" day of July ,2018. Not'ry I bllc in edi resi FI,ake . My cc rninissmn expires: 07/O1/19. '•Ao Equal Opporltmay Employer" 3.2 Listjurisdictions in which your organization's partnership or trade name s filed. WA State Contractor's Registration Number: PEASES"302PO 4, EXPERIENCE Expiration Date: 9/1/18 4.1 List the categories of work that your organization normally performs with its own forces. Cast in place concrete, rough carpentry 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) please see attached. 4.2.1 Has your organization ever failed to complete any work awarded to it? No 4.2.2 Are there anyjudgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? See 4.2.3 Has your organization filed any law suits or requested arbitration attached. with regard to construction contracts within th- la t five ears.o .s o 9y 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. Please see attached. 4.4.1 State total worth of work in progress and under contract: $34 million 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. Please see attached. 4.5.1 State average annual amount of construction work performed during the past five years: $23.3 million 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. Please see attached. 4.7 On a separate sheet, list your major equipment. Please see attached. 5. REFERENCES 5.1 Trade References: Please see attached 5.2 Bank References: Commencement Bank (253) 284-1811 Attn: Tim Boyle 5.3 Surety: 5.3.1 Name of bonding company: Liberty Mutual 5.3.2 Name and address of agent: Hentschell &Associates UP Storm Water Pump Station Pump Repl/Araucto 12 1436 S Union Ave, Tacoma, WA 98Afi5-1V,2&18 Project Number: D20048 PEASE & SONS, INC. Item 4.2 P.O. BOX 44100 • Tacoma,Washington 98448-0100 10601 Waller Road East • (253)531-7700 • Fax (253) 537-8113 Contractor Registration No. CC01-PE-AS-ES*302P0 E-mail address: n aHI N)eascixndsoas.cmi June 13 2018 Information on Lawsuits and/or Regulatory Actions Having been in business for over fifty (50) years, Pease & Sons, Inc. unfortunately has been involved in several construction-related litigation/arbitration cases. Following is the pertinent information: 1. As of November 27, 2017, there is currently a claim and counter-claim on disputed work at the Point Defiance Zoo & Aquarium (PDZA) New Pacific Rim Aquarium where Pease & Sons is a subcontractor to Turner Construction. (Turner Construction, Attn: Drew Mark, (206) 510-7597) 2. Pease & Sons was involved in a complex litigation/mediation process with the Soos Creek Water & Sewer District. This was the result of a pass-through claim from a subcontractor regarding differing site conditions while tunnel boring. The complex litigation was resolved during mediation. Mediation resulted in payments to the Contractor and Subcontractors. Resolution resolved all schedule related issues. 3. Pease & Sons Inc. vs DKC• Pease & Sons terminated DKC's subcontract due to failure to perform and we are subsequently seeking damages. 4. Warrenton Water Treatment Plant (Warrenton, OR): Pease & Sons, Inc. was involved in a lawsuit with the town of Warrenton, Oregon (the City is also naming CH2M Hill, Lee Engineering, and U.S. Filter in the suit). Pease & Sons, Inc. built a new water treatment facility for the town. The project was completed and accepted and is operating properly. Warrenton had refused to make final payment to Pease & Sons, claiming that a change order the parties entered should not have been entered. Pease & Sons sought payment of the outstanding contract balance. Warrenton sought by motion to amend to add allegations that the parties either entered the change order in question under the mutually mistaken understanding that it was necessary, or that Pease & Sons misrepresented the necessity of the change order to the town. The town also sought to add claims that certain billings by Pease & Sons' subcontractors and by Pease & Sons itself were calculated incorrectly, resulting in over-payments by the town. Pease & Sons denies these allegations, and believes them to be frivolous. The case was settled in Pease & Sons' favor on January 11, 2006. The appeal for additional interest only was settled in Pease & Sons' favor on January 14, 2008. 5. Western States Paving vs. Pease & Sons. Inc.: Western States Paving submitted a claim for a site change that was denied by the Owner and Pease & Sons was the conduit. The case was settled in favor of Pease & Sons. Western States Paving appealed and the appeal was settled in favor of Pease & Sons. \\Rainier\HOME\Jenn\Estimating\Company Information\Legal Status 1.31.08.doc "An Fqual Opportunity Employcr" Pease & Sons, Inc. - Current Projects Item 4.4 25-Jul-l8 Fire Station 72 OWNER OWNER's REP Central Pierce Fire&Rescue OAC Services Station 60,17520 22nd Ave E 3809 5th St SE Tacoma,WA 98445- Puyallup,WA 98374- P: F: Job No: 8028 Owner Contact: Pat Donovan Owner Rep Contact: Percent Complete: 1.00 Award Date: 7/1 912 0 1 8 Notice to Proceed Date: ARCH/ENG, 28IME CONTRACTOR fit otherthan Peaso9 Contract Compl Date: TCA Architecture-Planning, Inc. Orig ContractAmt: $10,264,134.50 6211 Roosevelt Way NE Project Manager: Kit Larson/Taylor Felcyn Seattle,WA 98115- P: (206)522-3830 F: P: F; Superintendent:John Stolp ArchlEng Contact Brian Harris/Darin Wate GC Contact: Project Description: Construction of a single story bldg of approx 16,449 self(17,674 sqft with Alt laid)that will house fire district emergency responder personnel with four(4) drive-through vehicle bays(5 hays with Alt Bid),administrative offices,meeting space,crew living and sleeping areas as well as other ire service related support spaces. Includes the development of a 2-acre site which involves site clearing,excavation&soil replacement,aggregate piers,new bldg,paving base support,storm water systems construction,concrete and asphalt paving,site structures,frontage offsite improvements and permanent utilities. Page 1 New Administration and Sewer OWNER OWNER'S REP Department-Phase 2 Southwest Suburban Sewer District BHC Consultants(Engineer) 431 SW Ambaum Blvd 1601 511h Ave,Ste 500 17874 Des Moines Memorial Or S Burien,WA 98166- Seattle,WA 98101- Burien,WA 98148-1706 P: (206)244-9575 F: P: (206)505-3400 F: (206)505-3406 Job No: 8010 Owner Contact: Laura Gallez(cell. 206.310.2191) Owner Rep Contact: Marldee Hopkins Percent Complete: 97.00% Award Date: 3/27/2016 Notice to Proceed Date:6/6/2016 AROHfENG PRIME CONTRACTOR Ctf OtNar U1an'Peas01 Contract Compl Date: 9/29/2017 Page&Beard Architecture&Design Ong Contract Amt $10,704,355.00 910 Market St Project Manager: Steve Davis Kirkland,WA 98033- P: (425)827-7850 F:(425)827-7014 P: F:. Superintendent:Dale Strichertz Sup)/Briar Smith Arch/Eng Contact:Brandt McCorkle(Foreman) GC Contact: Project Description: Construction of five new bldgs:Bldg A-Admin Bldg(approx 16,000 sqft)-traditional construction; Bldg B-Generator Structure(approx 412 sgft)-pre- engineered components; Bldg C-Maint Bldg(approx 6,254 sgfl)-pre-engineered metal building; Bldg D-Vehicle Storage/Wash Down Facility(approx 5,790 soft)-pre-engineered metal building; Bldg F-Fueling Station and material storage bins(approx 1,086 sgff)-pre-engineered metal building. Site development with a grading for TESC,storm detention poind, new site contours;installation of sanitary sewer system,storm water conveyance system, site retaining walls,fencing,gates,and other improvements,frontage and ROW improvements,enhancement and mitigation work in the existing wetland buffer,and installation of landscaping and irrigation system. ................_ ---__-- .. .... .. _.....__ _ ........_ ._._ _..... ...-............ Portland Avenue to Port of Tacoma Road - OWNER OWNER'S REP Northbound HOV(1-5)-MP 134.62 to MP WSDOT 136.63 7912 Martin Way,Ste E Lacey,WA 98504-7448 „ Tacoma,WA P: (360)412-3420 F: P: F: Job No: 8005 Owner Contact: Neal Uhlmeyer,P.E. Owner Rep Contact: Percent Complete: 99.00% Award Date: 11/24/2014 Notice to Proceed Date:9/1/2017 ARCH/ENG PRIME CONTRACTOR(If other than-Peal Contract Comp]Date: 1/1/2018 WSDOT Hamilton Construction Company Orig Contract Amt: $1,186,840.00 7912 Martin Way,Ste E P.O.Box 659(2213 S F ST) Project Manager: Larry Boyd Lacey,WA 98504-7448 Springfield,OR 97477-0121 P: (360)412-3420 F; P: (541)746-2426 F: (541)746-7635 Superintendent:Jeff Bell Arch/Eng Contact:Neal Uhlmeyer,P.E. GC Contact: Jeff Firth,Project Manager(541) Project Description: 953-9755 Pease&Sons is serving as the mechanical and general contractor on the pumphouse and structural vault portions of the overall$134,709,929.50 contract which Hamilton Construction Company holds with WSDOT. Pease's portion of the work includes construction of a CMU pumphouse which houses a generator,and construction of a cast in place concrete structural vault also housing pumps for stormwater. This is a multi-year project. Pease's portion of the work will begin on site approx August,2017 with completion approx January,2018. Page 2 Construct Replacement Well#31 and OWNER OWNER'S REP Demolish Lincoln Well (W912DW-17-T- USACE,Seattle District, Special Projects Branc 7034)-MATOC Task Order Bldg 2015,N 4th&Pendleton Command Circle(off of West St)Well 431 JBLM,WA 98433-9500 , McChord Field,JBLM,WA 98438- P: (253)966-3220 F: P: Fr. Job No: 8027 Owner Contact: Christine Prettyman Owner Rep Contact: Percent Complete: 26.00% Award Date: 9/26/2017 Notice to Proceed Date:10/17/2017 ARCH/Ell PRIME CONTRACTOR t[f ofhor than Peasel Contract Compl Date: 611412018 USACE,Seattle District,Special Projects Drone Orig Contract And: $2,510,841.00 Bldg 2015, N 4th&Pendleton Project Manager: Larry Boyd/Jeff Bell JBLM,WA 98433-9500 , P: (253)966-3220 F: P: F: Superintendent: Larry Boyd/Jeff Bell Arch/Eng Contact:Christine Prettyman GC Contact: Project Description: Demolition of the existing Lincoln Well located at Bldg 512 on McChord Field,JBLM,WA,including site improvements,and construct replacement Well #31,including site improvements. Base Item 0001: Demo activities @ Lincoln Well. Base Item 0002: New Well#31 Building. Base Item 0003: Replacement Well#31. Base Item 0004: Computer driven appurtenances(ITAS). Repair Drain Lines -Bldg 2400(W912DW- OWNER OWNER'S REP 17-T-7041)-MATOC Task Order US Army Corps of Engineers,Special Projects B USACE,Seattle District,Lewis+Clark Project Off 2015 N 4th&Pendleton, Run 337 2400 BITAR AVE(CORNER OF BITAR AND DIVISION) JBLM,WA 98433- JBLM,WA JBLM,WA 98433- P: (253)966-4369 F: P: (253)967-2057 F: Job No: 8022 Owner Contact: Kate Schonard Owner Rep Contact: Casey Huber, Percent Complete: 87.00% COR/PM/PE(cell: Award Date: 9/17/2017 253.625.1196) Notice to Proceed Date: 10/17/2017 ARCH/El PRIME CONTRACTOR 0f otherthain PeaseS US Army Corps of Engineers,Special Projects B Contract Compl Date: 6/14/2018 Orig Contract Amt: $1,537,469.00 ,,,,,,,, 2015 N 4th&Pendleton,Rm 337 Project Manager: Josh Pease (QC) JBLM,WA 98433- P: (253)370-2566 F: P: F: Superintendent: Arch/Eng Contact:Jim Priest(CAR GC Contact: Project Description: Bldg 2400 is a single-story facility originally built in 1970 as an Officer's Club for JBLM, It originally contained a full restaurant,commercial kitchen,and several ballrooms. Most of the onginal plumbing systems remain in service from the original construction with the exception of some bathroom fixtures that have been removed and their respective piping capped. Drainage piping issues in the kitchen area and south restrooms have resulted in an increase of maintenance issues over the years. This project provides repairs to the existing drain lines. Base Item 0001: Repair drain lines. Option Item 0002: Restore kitchen and JAG areas. Option Item 0003: Repair DDC system. This building currently houses JAG courtrooms and offices as well as the Samuel Adams Brewhouse. Includes architectural,structural, mechanical,and electrical revisions to the existing facility. Page 3 SPU Cedar Falls Administration Bldg OWNER OWNER'$ REP City of Seattle Public Utilities City of Seattle Capital Development&Const Mgt 700 5lh Ave,Ste 5200, P.O.Box 94689 19901 Cedar Falls Rd SE Seattle,WA 98124- North Bend,WA 98045- Job No: 8017 j P: F: P: (206)233-7809 F: Owner Contact: Owner Rep Contact: Andy Ishizaki,Sr PM Percent Complete: 87.00% (cell:206.233.7809 1 Award Date: 3/3/2017 Notice to Proceed Date:4/24/2017 ARCHlENG PRIME.CONTRACTOR 01f other than Pease) Contract Compl Date: 6/18l2018 Schacht Aslani Architects Orig Contract Amt: $8,768,585.00 901 5th Ave,Ste 2720 Project Manager: Damon Pease/Joe Valmonte Seattle,WA 98164- P: (206)443-3448 F:(206)443-3471 P: F; Superintendent:Pal Bell Arch/Eng Contact:Sean Baxter,Job Captain GC Contact: Project Description: Construction of a new 14,500 sqft two-story Administration Building for Seattle Public Utilities(SPU),designed to meet LEED Gold requirements and Net- Zero energy. The existing site requires both site demo and building demo prior to construction of the new building. The project is SPU's new Watershed Headquarters facility. The building will provide space for the administration staff and field crews all under one roof-protection staff(emergency response and wild fire fighting),operations(road&vehicle maint),and fish and wildlife(scientists). The building is two-story,wood framed and heavy timber. Site work includes building demo of two portables,geothermal wall field and infiltration trenches,typical landscaping and civil work. _. ..... ..... .. .. _..___- ............,... ......_....... ....... __...... ...-_., Replace HVAC, Bldg 9570(W912DW-17-T- OWNER OWNER'S REP 7005)-MATOC Task Order US Army Corps of Engineers,Seattle District Special Projects Branch, Bldg 2018, N 4th& Corner of Rainier Or&South F St Pendleton JBLM,WA 98433-9500 , JBLM,WA 98433- P: (253)967-4237 F: P: F: Job No: 8025 Owner Contact: Amy Woolridge Owner Rep Contact: Percent Complete: 87.00 Award Date: 9/25/2017 Notice to Proceed Date:10/15/2017 ARCH/ENG PRIME CONTRACTOR flf other than Pease) Contract Col Date: 7/1/2018 US Army Corps of Engineers,Seattle District Orig Contract Al $1,618,207.00 Special Projects Branch, Bldg 2018, N 41h& Pendleton Project Manager: JBLM,WA 98433-9500 , P: (253)967-4237 F: Pt F: Superintendent: Arch/Eng Contact:Amy Woolridge GC Contact: Project Description: Demolish existing building HVAC system in its entirely including existing steam heating systems,equipment,ductwork,piping,and associated support items including power throughout the building. Install new gas-fired unit heaters,infrared heaters,accessories,and associated controls. Install new gas piping network to supply unit heaters and infrared heaters. Install new gas piping network to supply unit heaters and infrared healers. Install new detectors and connect to existing fire alarm control panel. Install whole bldg HVAC DDC controls,sensors,timers,and accessories for the new HVAC equipment. Install new heat pump systems,accessories,and associated controls for various occupied spaces. Install new roof exhaust fans,accessories,and contolrs. Replace heaters for four Parkerization Dip Tanks with new gas fired and electric heaters and controls. Install a new gas-fired duct furnace, accessories,and associated controls for the Parachute Drying Tower AHU. Install new downdraft fans and controls for the Parachute Drying Tower. Remove existing Parachute Drying Tower lights and associated support items back to service panel. Install new lighting for the Parachute Drying Tower. Replace electrical power distribution equipment and accessories. Difference in ORIG CONTRACT AMT and FINAL CONTRACT AMT,and CONTRACT COMPL DATE and ACTUAL COMPL DATE,was due to rework of existing DDC controls to accommodate new equipment. Page 4 Renovate Squad Admin Facility, Bldg 1216 OWNER OWNER'S REP (McChord Field)W912DW-16-T-7037 US Army Corps of Engineers,Seattle District (MATOC Task Order)-REBID Special Projects Branch,P.O. Box 610 West St&Barnes Blvd Dupont,WA 98327-0610 McChord Field,JBLM,WA P: (253)966-3220 F: P: F: Job No: 8020 Owner Contact: Christine Prettyman Owner Rep Contact: Percent Complete: 86,00% f Award Date: 9/21/2017 Notice to Proceed Date: 10/10/2017 ARCH/ENG PRIME CONTRACTOR IN other than Peasej, Contract Compl Dale: 7/12/2018 US Army Corps of Engineers,Seattle District Ong Contract Amt: $1,971,205.00 Special Projects Branch, P.O.Box 610 Project Manager: Kit Larson Dupont,WA 98327-0610 P: (253)966-3220 F: P: F: Superintendent:John Stella Arch/Eng Contact:Christine Prettyman GC Contact: Project Description: Bldg 1216 is an existing administrative bldg for Air Force Reserve Component(AFRC). Remodel of two existing interior spaces for admin office areas and minor work to reslroom finishes. Two existing louvers are being replaced with windows in new admin spaces. Replacement windows are designed for ATFP existing construction setbacks. Mach scope consists of replacement of two gas-fired boilers and existing pneumatic controllers with DDC,TAB of the entire HVAC system,replacement of one gas-fired water heater and four elec water heaters located in each wing. A new comms room will be constructed in new admin spaces and the existing UPS will be relocated in accordance with ANSI/TIA/EIA-568-C, EIA/TIA-607-B,and NFPA 70. Also included is the replacement of the fire alarm system with fire alarm/mass notification,and sprinkler systems to accommomdale tenant improvements. Difference in ORIG CONTRACT AMT and FINAL CONTRACT AMT,and CONTRACT COMPL DATE and ACTUAL COMPL DATE,was due to a project de- scope as a result of Owner funding issues. As a result of the Owner funding issues,the contract was put into suspension mid-project and then restarted. ..--... ____.__ _..... ., ............ _ ...... _ .._.._. ._.............. ..... Martin Way Reclaimed Water Plant Waste OWNER OWNER'S RE'P Activated Sludge Pumping Improvements LOTT Clean Water Alliance LOTT Clean Water Alliance 500 Adams St NE 500 Adams St NE 6121 Martin Way E Olympia,WA 98501- Olympia,WA 98501- Lacey,WA 9 851 6-5 547 P: (360)528-5709 F: (360)664-2336 P: (360)528-5700 F: Job No: 9635 Owner Contact: Michelle Barnett,Const Mgr Owner Rep Contact: Matt Kennelly,Prof Mgr Percent Complete: 28.00% Award Date: 3/15/2018 Notice to Proceed Date:3/27/2018 ARCH/ENG PRIME CQNJRAgJQ IPf other than Pea9et Contract Comp]Date: 7/25/2018 HDR Engineering Brig ContractAmt: $424,584.00 500 108th Ave NE,Ste 1200 Project Manager: Larry Boyd Bellevue,WA 98004-5549 , P: (425)450-6200 F: (425)453-7107 P: F; Superintendent:Jeff Bell ArchlEng Contact:Jeffrey Zahller GC Contact: Project Description: Pease is serving as bath the general and mechanical contractor on this project. The Martin Way Reclaimed Water Plant remained 100%operational during construction of the WAS Pumping Improvements project.The current WAS pumping system consists of two pumps operated in parallel. One pump (Beerger)has previously been procured by the Owner and is currently installed in a temporary arrangement. It will be removed during demolition. The second pump(Vogelsang)will be demolished and a new pump(Buerger)will be procured by the contractor and installed. Both the new and re-installed pumps will be tested and placed into service. Installation of new plug valves,check valves,and discharge piping, including piping supports. Installation of new pressure and Flow instrumentation for the suction and discharge side of each WAS pump_ Installation of new variable frequency drives(VFDs)and associated electrical infrastructure. Installation of new overhead monorail hoist for use in performing maint on the WAS pumps. Testing and start-up services for the new WAS pumps. Difference in CONTRACT COMPL DATE and ACTUAL COMPL DATE was due to material procurement lead times. Owner requestedproducts had longer lead times than initially anticipated necessitating a contract extension. Page 5 Repair Moses Lake Assault Strip(W912DW- OWNER OWNERS REP 17-T-7029)-MATOC Task Order US Army Corps of Engineers,Seattle District USACE,Seattle District,Spokane Resident Offic Special Projects Branch,2015 N 4lh& 7810 Andrews St NE Pendleton, Rm 337 JBLM,WA 98433- Moses Lake,WA 98387- P: (253)966-4369 F: P: (509)244-5571 F: Job No: 8019 I Owner Contact: Kate Schcllend Owner Rep Contact: Gerald G.Day II(PEIPM) Percent Complete: 19.00% 509.981.1255 Award Date: 9/26/2017 Notice to Proceed Date:10/5/2017 ARCH/ENG PRIME CONTRACTOR Of other than Poasal Contract Compl Date: 8/16/2018 US Army Corps of Engineers,Seattle District Special Projects Branch,2015 N 4th& Ong ContractAmt: $3,164,115.00 Pendleton,Rm 337 Project Manager: Venus Appleby JBLM,WA 98433- P: (253)966-4369 F: P: F: Superintendent:Jim Weber Arch/Eng Contact:Kate Schollard GC Contact: Project Description: Pavement replacements at Air Assault Strip(Runway 9-27)located at Grant County International Airport, Moses Lake,WA. Includes design,hot mix asphalt,Portland cement concrete paving,earthwork,and pavement marking. Base Item 0001: Perform design Services. Base Item 0002: Repair Runway 9-27 Pavement Edge Sections. Base Item 0003: Repair East MOG Apron. Base Item 0004: Demo and replace west"Hammerhead"apron. Base Item 0005: Replace e spelled and cracked concrete panels. Replace AHUs and Controls, Bldg J00729, OWNER OWNER'S REP Fitness Center,McChord (W912DW-17-B- US Army Corps of Engineers,Seattle District USACE,Seattle District,Lewis&Clark Project O 0010)-MECHANICAL SUBCONTRACTOR 729 5lh St JBLM,WA McChord Field,JBLM,WA 98438- P: (253)966-4393 F: P: (253)966-4360 F: Job No: 8023 Owner Contact: Wendy Liner-Arms/John Timmers Owner Rep Contact: Matthew Kitterman Percent Complete: 66.00% (253.377.4859) (RA/PM)(cell: Award Date: 9/21/2017 253.677.1750) Notice to Proceed Date: 10/10/2017 ARCH/ENG PRIME CONTRACTOR tlf olher'111an Pease) Contract Comp]Date: 10/10/2018 US Army Corps of Engineers,Seattle District Utility Systems Solutions,Inc.(US2) Ong Contract Amt: $2,316,479.00 Bldg 2015,Rm 339,2015 N 4lh&Pendleton 14330 Midway Rd, Bldg S2,Ste 200 Project Manager: JBLM,WA 98134-2388 Dallas,TX 75244-3501 P: F: P: (214)302-8099 F: Superintendent:John Stolp Arch/Eng Contact:Mania Hansen,Contracting GC Contact: Mark Evans,PM(cell: Project Description: Oflisir 972.841.2571) Pease&Sons is currently serving as the mechanical contractor to Utility Systems Solutions(US2),the Prime Contractor. Bldg J00729 is an existing facility service as the Fitness Center on McChord Field,JBLM,WA. Replace existing heating and ventilation equipment currently serving Bldg 729. Base Item 0001: Repair/Replacement of existing heating and ventilation system. Option Item 0002: Repair/replacemnet of existing hydronic heating water distribution. Option Item 0003: Install air conditioning throughout facility. Option Item 0004: Repair/replacement of existing DDC elements. Page 6 Mary Lyon Elementary School Replacement OWNER OWNER'S REP Tacoma School District Associate Architect: Erickson McGovern Archite Purchasing,3321 S Union Ave 101 E 26th St,Ste 300 101 E 46th St Tacoma,WA 98409- Tacoma,WA 98421- Tacoma,WA P: (253)571-3365 F: P: (253)531-0206 F: (253)531-9197 Job No: 8018 Owner Contact: Kristine Anderson(Cap Proj Sup) Owner Rep Contact: Percent Complete: 51.00% 253.318.0076 Award Date: 6/1/2017 Notice to Proceed Date:7/10/2017 ARCHIENG PRIME CONTRACTOR.ilf other than.Pease) Contract Compl Date: 10/10/2018 Dull Olson Weekes-IBI Group Architects Ong Contract Amt: $23,577,441.00 801 2nd Ave,Ste 1400 Project Manager: Bryan Hillemann Seattle,WA 98104-1573 , P: (206)521-9091 F:(206)521-9095 P: F. Superintendent:Don Von Moos Arcill Contact: GC Contact: Project Description: The existing Mary Lyon Elementary School will be abated and demolished. Construction of a new 56,625 sgfl L-shaped school building which consists of a 3-story wing with sawlooth roofs and modulated walls incorporating library,admin area,and classrooms for grades Pre-K through 5. A single-story wing, with sloped roof,will house a multi-purpose gymnasium/auditorium space and stage as well as kitchen,serving the support areas in addition to rooms for specially programs and community group use. __.._. .. .. ....- ...- ...- ............ .. .. ........._...... _......-- Port of Olympia-Miscellaneous Plumbing OWNER OWNER'S REP &Pipefifting Port of Olympia 606 Columbia St NW,Ste 300 Multiple Port owned properties Olympia,WA 98501- Thurston County,WA P: (360)528-8004 F: (360)528-8090 P: F: Jab No: 9627 Owner Contact: John Thompson,Project Manager Owner Rep Contact: Percent Complete: 60.00 Award Date: 3/22/2017 Notice to Proceed Date:3/22/2017 ARCH/ENG PRIME CONTRACTOR Klf otherthan Pease).. Contract Compl Date: 1213112018 Port of Olympia Orig Contract Amt $100,000.00 606 Columbia St NW,Ste 300 Project Manager: Raleigh Parks Olympia,WA 98501- P: (360)528-8010 F: P: F: Superintendent: Arch/Eng Contact:Linda Shilley(Sr Contract Administrator) GC Contact: Project Description: The work under this contract is to provide and furnish and/or install all labor, materials and equipment,as may be required to perform plumbing and pipefitting maintenance and repair at Port of Olympia facilities. Work may include,but not be limited to,handling and moving of any plumbing,pipefitting, and sleamfitting materials,supplies and equipment,cutting,threading,and bending pipe;joining pipes by use of screws,bolts,fittings,solder,welding,and caulking;assembling pipe,and repair distribution lines. This work may be performed on Port of Olympia owned properties at the fallowing locations: Industrial and commercial buildings in Tumwater,WA;Marine Terminal Facilities including a gatehouse,office th dgs,maint shop,groundwater treatment plant facility,and a warehouse; Industrial and commercial buildings in Lacey,WA;and Industrial and commercial buildings on the Port peninsula in Olympia. Page 7 Replace HVAC Buildings 2044 and 2045 OWNER OWNER'S REP (W912DW-17-T-7035)-MATOC Task Order USACE,Seattle District,NW Area Office Bldg 2015, N 4lh&Pendleton Pendleton Ave between N 3rd St and N 4th St JBLM,WA 98433- JBLM,WA 98433- P: (206)966-4413 F: P: F: Job No: 8026 Owner Contact: Bonnie Kirmse Owner Rep Contact: Percent Complete: 74.00% Award Date: 9/25/2017 Notice to Proceed Date:10110/2017 ARCHIENG PRIME C:r7,,fUI CTOR(If other than Peaset Contract Compl Date: 1f3/2019 USACE,Seattle District Ong Contract Arl $1,578,112.00 Project Manager: Kit Larson/Raleigh Parks P: (253)966-1726 F: P: F: Superintendent:John Stolp Arch/Eng Contact:Joyce Herschberger(PM) GC Contact: Project Description: Replace the heating systems serving Buildings 2044 and 2045. These buildings were constructed in the mid-1930s and have had on-going issues with unacceptable temps in winter and ventilation. The bldgs are currently served with steam heating provided with fan power ceiling unit. A few spaces have been upgraded heating/cooling systems recently installed. This is a phased project occuring within occupied facilities. ._ ___ ......... .... ..................-_ _______.......-.. .. __-__ 'On-Call Securing Properties OWNER OWNER'S REP City of Tacoma Multiple Locations Tacoma,WA P: (253)591-2047 F: P; F: Job No: 9623 Owner Contact: Daniel Mconaughy,Code Owner Rep Contact: Percent Complete: 33.00% Enforcement Award Date: 11/29/2016 Notice to Proceed Date:12/20/2016 ARCHIENG PRIME 9QNTRACTOR Contract Compl Date: 11/14/2019 City of Tacoma Orig Contract Amt: $385,595.00 Project Manager: Damon C. Pease P: (253)591-5518 F: P: F: Superintendent: ArchlEng Contact:Mark D'Andrea,Public Works GC Contact: Project Description: On-call services for securing buildings across Tacoma that have been damaged by natural disasters,fire,burglary,vandalism, unauthorized entry,for the protection from weather,to protect neighboring properties,or to meet other emergent needs as identified by the City. Bldg openings shall be secured and/or re-secured using plywood,woad studs,and metal fasteners 24-hours a day,7 days a week,including holidays. Page 8 i IDIQ MACC for New Const,Alt, Demo R OWNER OWNER'S RE,P Repair Work for NAVFAC NW(N44255-15-R- NAVFAC Northwest 0004)-Task Order X001 Triton Mission 1101 Tautog Circle Silverdale,WA 98315-1101 , NAS Whidbey Island,Oak Harbor,WA P: (360)396-5966 F: P: F; Job No: 8024 Owner Contact: Nicole Rine Owner Rep Contact: Percent Complete: 1.00% Award Date: 8/10/2017 Notice to Proceed Date:8/10/2017 ARCH/ENG PRIME CONTRACTOR fit otherthan Passel Contract Compl Date: 3/24/2020 TranSystems Corporation Orig Contract Arni $3,739,203.00 505 114th St,Ste 100 Project Manager: Richard Zalac Oakland,CA 94612- P: (510)835-2761 F: (510)835-9839 P: F. Superintendent: ArchfEng Contact:Kit Wong GC Contact: Project Description: Pease 6 Sons is serving as the design/build mechanical contractor to Bethel-Webcor JV. Bethel-Webcor JV's contract value with NAVFAC is $23,775,600.00(Mechanical contract value is$3.7 million). Includes demolition of existing Bldg#243 at NAS Whidbey Island and construction of a new 1- story Triton Mission Control Facility. The scope of this project includes a Broad area marine surveillance earth station antenna site on NAS W hidbey's north quadrant,emergency generator,electrical utilities,paving,and site improvements. Page 9 PEASE & SONS, INC. COMPLETED PROJECTS Item 4.5J 18 .. . _ . - - ------ Ci of Fife EDA Pump Re lacement OWNER ty P P OWNER'S REP (if SnV➢ City of Fife ` 2701 Port of Tacoma Rd 5411 23rd St E Fife,WA 98424-2061 , Tacoma,WA 98421-Job No:9631 Job Type: Pump Station Contact: Ken Gill/Russ Blouf1Steve Worley Contact: Other Proj Na.: N/A P: (253)922-2489 E: kgill@cilyoffife.org; P: Solicitation No.: N/A rbldunt@cityofffe.org; Bid Date(Actual): 5130/2017 ARCH/ENG Notice to Proceed Date:8/4/2017 Parametrix PRIME CONTRACTOR(if otherthae Peasol Contract Completion: 3/14/2018 1019 39th Ave SE,Ste 100 x Actual Completion: 3/1 412 01 8 No of CO's: 0 Orig ContractAmt:$363,357.00 Puyallup,WA 98374- * Final Contract Amt:$363,357.00 Contact: Joel Linke Superintendent: Larry Boyd P: (253)604-6600 E: jlinke@parametrix.com GC Contact: Project Manager: Larry Boyd P: Project descrj #ion: = Please see Project Description for explanation of any cost differentials and/or schedule differentials. The EDA pump station is owned,operated,and maintained by the City of Fife and is located in the Port of Tacoma. The station has experienced reliability issues with its current pumps. This project replaces one of the existing pumps with a new type of pump along with several modifications to the existing station. Includes: Demo of existing items to facilitate installation of the new pump,including but not limited to,existing pump base framing and grating, and wires.;-Construction of a 100 HP submersible axial flow pump,pump tube,and accessories in the existing wet well.;Construction of a 100 HP submersible axial flow pump,pump tube,and accessories in the existing wet well.;Construction of FRP grating removable screen upstream of the submersible axial flow pump in the wet well. This work will required dewatering of a portion of the wet well.;and Construction of associated electrical items associated with the submersible axial flow pump including but not limited to a cable tray,electrical connection box,motor starters,and wires. Page 1 Bell Hill Booster Station Upgrades OWNER OWNER'S REP Of any City of Dupont 110 .-...1 Bell Hill-P---lace - --- 1700 Civic Dr Dupont,WA 98327- Dupont,WA Job No:9628 Job Type: Pump Station Contact: Gus Lim, P.E.,Public Works Director Contact: Other Proj No.: P: (253)912-5380 E: glim@duponlwa.gov P. Solicitation No.: Bid Date(Actual): 3/21/2017 ARCH/ENG Notice to Proceed Date:9/18/2017 Gray&Osborne, Inc. PRIME CONTRACTOR ilf other than Pease) Contract Completion: 12/1/2017 2102 Carriage Or SW,Ste 102 * Actual Completion: 12/1/2017 No of CO's: 1 Ong Contract Arm:$390,705.00 Olympia,WA 98502- * Final Contract All $397,367.37 Contact: Joe Plahuta, P.E. Superintendent: Jeff Bell P: (360)292-7481 E: jplahuta@g-o.com GC Contact: Project Manager: Jeff Bell/Larry Boyd P: Fier ject(Description: =Please see Project Description for explanation of any cost differentials and/or schedule differentials. Includes removal of the existing cable-actuated valves on the discharge of Bell Hill Booster pumps 1 through 6, installation of new hydraulic pressure sustaining valves on Bell Hill Booster Pump 1 through 3,and installation of new glob style silent check valves on Booster Pumps 4 through 6. New angle style pump control valves will be installed for Wells 1 &2. Also includes installation of a new MCC containing reduced voltage soft starters for Bell Hill booster pumps 1 through 3 and well pumps 1 and 2, and variable frequency drives for booster pumps 4 through 6. Also includes a new control panel for the Bell Hill Booster Pump Station.Difference between ORIG CONTRACT AMT and FINAL CONTRACT AMT due to upsizing of electrical feed to Well las a result of existing conditions. LOTT Centrate Handing Improvements OWNER OWNER'S REP(if any) LOTT Clean Water Alliance 500 Adams St NE 500 Adams St NE Olympia,WA 98501- Olympia,WA Job No:8015 Job Type: Wastewater Treatment Contact: Graham McAllister Contact: Other Proj No.: P: (360)528-5734 E: grahammcallister@lottcl P. Solicitation No.: eanwater.org Bid Date(Actual): 9/30/2016 ARCH/ENG Notice to Proceed Date: 11/2/2016 LOTT Clean Water Alliance PRIME GONTRACIQR(If oth9t than Pease Contract Completion: 5/18/2017 500 Adams St NE * Actual Completion: 6/30/2017 No of CO's: 4 Orig Contract Amt:$630,612.00 Olympia,WA 98501- = Final ContractAmt: $651,382.00 Contact: Graham McAllister Superintendent: Jeff Bell P: (360)528-5734 E: grahammcallister@lottcl GC Contact: Project Manager: Larry Boyd eanwatecorg P: eMigot D ( n' =Please see Project Description for explanation of any cost differentials and/or schedule differentials. Modifications to existing concrete tanks,demolition of existing pumps and piping,installation of plywood baffles,provision of centrate pumps and centrate sludge pumps,minor site work,associated piping,valves, and appurtenances,and associated electrical,telemetry,and instrumentation. This project is being constructed within a fully functional and operational wastewater treatment plant. Difference in ORIG CONTRACT AMT and FINAL CONTRACT AMT due to miscellaneous electrical revisions and a change in pump manufacturer. Difference in CONTRACT COMPL DATE and ACTUAL COMPL DATE due to a time extension granted for extended lead time on glass-lined valves. Page 2 IWestside Booster Station V,FDs and Standby OWNER OWNER'S REP (If any) ,Generator-REBID City of Lacey City of Lacey Lacey City Hall,420 College St SE, P.O.Box -- ---- -----3140 College St SE Lacey City Hall,420 College St SE, P.O.Box 3400 3400 Lacey,WA 98509- Lacey,WA 98509- Lacey,WA 98503- Contact: Aubrey Argeris,P.E.,S.E.(Design& Contact: Tyson Poeckh, PhD, PE(Project A Job No:8013 Job Type: Wastewater Treatment Const. Mgr) ^^^^�•^�^•� Other Proj No.: P: (360)438-2639 E: aargeris@ci.lacey.wa.us P' (360)413-4384 Solicitation No.: Bid Date(Actual): 9/13/2016 ARCH/El Notice to Proceed Data: 11/28/2016 City of Lacey Public Works Contract Completion: 4/10/2017 Lacey City Hall,420 College St SE,P.O. Box 340 a Actual Completion: 6/15/2017 No of CO's: 0 Orig Contract Amt:$552,665.58 Lacey,WA 98509- • Final Contract Amt:$552,665.58 Contact: Michele Capestany,Dept Asst III Superintendent: Jeff Bell P: (360)412-2880 E: mcapesta@ci.lacey.wa. GC Contact: Project Manager: Larry Boyd/Jeff Bell us P: Project Description:ion: = Please see Project Description for explanation of any cost differentials and/or schedule differentials. Replacement of the existing soft start motor starters for Pumps No. 1 &2 with variable frequency drives(VFDs),replacement of the existing pump control valves on Pumps No. 1 &2 with check valves,relocation of the existing transformer,installation of a CMU sound wall,installation of a new 450kW standby generator with generator pad and two automatic transfer switches,modification of the existing control panel including replacement of the existing PLC with a new PLC and providing programming revisions to accommodate the new VFDs, installation of required cable and conduit,and construction of a new vehicle access path.Difference in CONTRACT COMPL DATE and ACTUAL COMPL DATE was due to an extension granted by the owner as a result of increased submittal review times on the part of the design team. �CCRWWTP DP#4 Bid Package 404 � OWNER OWNER'S REP fif a "Structures&Demolition Pierce County--- - --- - ---- - 985064th St 10311 Chambers Creek Dr W University Place,WA 98467- University Place,WA 98467- JObNo:8980 Job Type: Wastewater Treatment Contact: Contact: Other Proj No.: 12050017-BP#404-23057-3 P: (253)798-4280 E: P: Solicitation No.: Bid Date(Actual): 3/13/2014 ARCH/ENG Notice to Proceed Date:6/1 112 01 4 Brown&Caldwell PRIME CQNTRAGTOR lit other than Peasel Contract Completion: 5116/2017 M.A.Mortenson * Actual Completion: 5/16/2017 10230 NE Points Dr,Ste 300 No of CO's: 25 Orig Contract Arl$10,350,000.00 Kirkland,WA 98033- * Final Contract Ani $10,822,617.00 Contact: Superintendent: DON VON MOOS P: E: GC Contact:Alexander Greene(cell'719.322. vono� Project Manager: BRYAN HILLEMAN P: (425)497-6609 Project Descr(DtjDnt =Please see Project Description for explanation of any cost differentials and/or schedule differentials. Pease provided mechanical and general construction services on this$10.5 million bid package to the GC/CM, Mortensen,on the multi-million dollar expansion to the existing Chambers Creek Wastewater Treatment Plant This project includes cast in place concrete,masonry,structural steel,mist metal fabrications,grating,handrail,rough carpentry,facility fall protection,alum and fabric tank cover system,prefab alum odor covers,overhead bridge cranes, jib and davit cranes,fabricated stainless steel slide gates, installation of helicum scum skimmers,and non-metallic chain and flight sludge collection equipment. This project is occuring at the existing Chambers Creek W WTP. The plant is fully operational during construction. As of 5/l/17,Pease& Sons has completed our contract work. However,the Owner and GC/CM have continued to add to our scope of work so we are continuing work on-site. We anticipate completion of the added scope by September 30, 2017, Page 3 wildcat Drive Sewage Lift Station OWNER OWNER'S REP (If any Ilmprovements City of McCleary ----. City Hall, 100 S 3rd St... Corner of Wildcat Or(Ni and Wildcat Or((EE) t McCleary,WA 98557- McCleary,WA Job No:9618 Job Type: Pump Station Contact: Todd Braun(PW Dir)/Kevin Trewhella Contact: (360.495.3217) P, Other Proj No.: P: (360)495-3667 E: Solicitation No.: Bid Date(Actual): 6/22/2016 ARCH/El Notice to Proceed Date:9/912016 Cray&Osborne, Inc. @RIME CONTRACTOR Nf other than Pri Contract Completion: 12/22/2016 2102 Carriage Or SW, Bldg 1 * Actual Completion: 12/22/2016 No of CO's: 0 Orig Contract Arni$144,905.00 Olympia,WA 98502- * Final Contract Ani $144,905.00 Contact: Jon Hinton,P.E. Superintendent: Larry Boyd P: (360)292-7481 E: jhinlon@g-o.com GC Contact: Project Manager: Jeff Bell P: Project Description: =Please see Project Description for explanation of any cost differentials and/or schedule differentials. Set up bypass pumping system from manhole upstream of existing lift station wet well. Complete associated sitework,including excavation,shoring, dewatering,and backfill. Remove existing pumps,piping,valves,and electrical pump control panel from existing Wildcat Drive Sewage Lift Station. Furnish and install new pumps,piping,valves,appurtenances,and electrical control panel for existing Wildcat Drive Sewage Lift Station. Restoration of all disturbed areas. Pease&Sons served as both the general and mechanical contractor on this project. Clovalan�d Way Stormwater Pump Station OWNER OWNER'S REP(if any) City of Tacoma Cleveland Way&E Eels St - — Public Utilities Admin Bldg N,3628 S 35th St Tacoma,WA 98409- Tacoma,WA 98421- Job No:8003 Job Type: Pump Station Contact: Joe Parris Contact: Other Proj No.: P: E:jparris@cityoffacoma..or P: Solicitation No.: 9 Bid Date(Actual): 12/9/2014 AR�CHIENG Notice to Proceed Date:3/1 612 0 1 5 City of Tacoma PRIME CONTRACTOR Iff other th@n Eiiii Contract Completion: 311412016 Public Utilities Admin Bldg N,3628 S 351h St • Actual Completion: 5/31/2016 No of CO's: 36 Ong Contract Amt:$5,072,571.00 Tacoma,WA 91 * Final Contract And: $5,246.713.00 Contact: Steve Hoffman Superintendent: Jeff Bell/Larry Boyd/Brian S P: (253)502-2144 E: shoffma2@cityeftacoma GC Contact: Project Manager: Larry Boyd erg P: ProJeCt De$Orlpi =Please see Project Description for explanation of any cost differentials and/or schedule differentials. Prepped a phased construction and pumping plan utilizing temporary,existing and proposed pumps to maintain Pump Station capacity. Provided temp power&controls for both elec&engine driven pumps to allow demo of exist services. Mach upgrades to the exist Pump Station included: replacement of engine-driven column pumps; replacement of diesel engines and assoc appurtenances;replacement of the elec vertical-turbine pumps;replacement of ventilation equipment;mods to City water service&addition of air-gap water system. Structural upgrades included ext wall mods;roof mods;access stairwell from outside to intermediate level;int&ext ladders;int&ext stop logs;grating mods. Elec upgrades included:new elec sere ext routing UG to the site and complete new else equipment; int&ext lighting;else distribution and grouding;standby 275kW generator w/an ATS. Controls upgrades included install of control cabinet equipment;replacement of wet well level controls;replacement of engine controls. Site prep,sheeting,shoring,and general site restoration and excavation&backfill of UG fuel piping and oleo conduits. CIP cone pad for generation and new core sidewalk. Difference between CONTRACT COMPL and ACTUAL COMPL DATE due to Owner adding two(2)bowls for the pumps(a 78-day time extension was granted). Difference between ORIG CONTRACT AMT and FINAL CONTRACT AMT due to added scope. Work items were added by the Owner which were inadvertently omitted from original contract does, Page 4 Shelton Wastewater Treatment Plant and OWNER OWNIER'S REP tf any). Front St Pump Station Phase City of Shelton - -10891 IN US Hwy 101 525 W Cota St Shelton,WA 98584- Shelton,WA 98584- Job No:9609 Job Type: Wastewater Treatment Contact: Robert Tauscher Contact: Other Proj No.: P: (360)432-5104 E: publicworks@ci.shelton. P. Solicitation No.: wa.us Bid Data(Actual): 2/2/2015 ARCH/ENG Notice to Proceed Data:5/8/2015 Parametrix PRIME CONTRACTOR Ilf other than Passel Contract Completion: 7/15/2015 1019 391h Ave SE, Ste 100 * Actual Completion: 7/15/2015 No of CO's: 5 Orig Contract Amk$1,036,322.00 Puyallup,WA 98374- * Final Contract Amt:$167,174.00 Contact: Allan Maas Superintendent: Jeff Bell/Ray Parks P: (253)604-6600 E: amaas@parametrix.co GC Contact: Project Manager: Harrison Hotchkiss m P: Project DescriDtiow =Please see Project Description for explanation of any cost differentials and/or schedule differentials. Includes the following improvements at the existing Shelton W WTP: construction of a wastewater treatment maintenance bldg; modifications to the site Biosolids Bldg;and construction of water,sewer,and electrical utilities. Difference between ORIG CONTRACT AMT and FINAL CONTRACT AMT due to a large deductive change order as a result of a major funding issue between City of Shelton and USDA. Our work scope was drastically reduced due to reduced funding. Difference between CONTRACT COMPL DATE and ACTUAL COMPL DATE is due to a large reduction in work scope and contract time as a result of a major funding issue between the City of Shelton and USDA. fCly of Monroe Wastewate 11 r Treatment Plant � OWNER OWNER'S REP (if aDYt Energy Upgrades City of Monroe Public Works Trans Commercial Systems 806 W Main St 2333 158th Ct NE 222 S Sam St Monroe,WA 98272- Bellevue,WA 98008- Morlroe,WA 98272- Jet)No:69B0 Jab Type: Wastewater Treatment Contact: Brad Fielberg, P.E.,Public Works Contact: Scott Eisenhauer Director P: (425)586-1659 Other Proj No.: P: (360)863-4513 E: bfeilberg@monroewa.go Solicitation No.: v Bid Date(Actual): 12/24/2013 ARMENG Notice to Proceed Date:4/25/2014 BHC Consultants PRIME CONTRACTOR flf otharthan Pease/ Contract Completion: 111512015 Trans Commercial Systems * Actual Comptotion: 1/15/2015 1601 Fifth Ave,Ste 500 2333 1581h Cl HE No of CO's: 12 Ong Contract Arl$1,092,143.00 Seattle,WA 98101- * Final Contract Amt:$1,154,528.00 Contact: Charlie Daugherty(206)357-9914 Bellevue,WA 98008- Superintendent: JEFF BELL/RAY PARKS P: (206)505-3400 E: charlie.daugherty@bhcc GC Contact:Scott Eisenhauer Project Manager: LARRY BOYD onsultants.com P; (425)586-1659 PrO,lect DescriDtiOn; = Please see Project Description for explanation of any cost differentials and/or schedule differentials. Pease is serving as the general and mechanical contractor on this project, This project consists of four(4)energy conservation measures(ECMs)as follows: ECM-1,aeration system blower and diffuser upgrade which includes replace/install of two efficient turbo blowers,revision of pipe headers and control valves,and provide two air headers to each separation tank; ECM-2,aerobic digester system work which includes installation of Tideflex coarse bubble diffusers;ECMA,installation of a drum thickener to reduce sludge liquid volume and increase detention time in the digesters;and ECM-5, Installation of a new biotrickling filter to replace the first stage of the existing 2-stage them odor scrubbers for biological removal of hydrogen sulfide,and modifications of the existing ducting and foul air fan. This project is occuring at an existing wastewater treatment plant which is currently operational during the course of construction.Difference between ORIG CONTRACT AMT and FINAL CONTRACT AMT due to added scope as a result of actual field conditions. Page 5 I7th Ave Pump Station upgrades ---� OWNER OWNER'S REP(If any) Midway Sewer District 22624 7th Ave S -- -- - 3030 3 240th St Kent,WA 98032- Kent,WA Job No:8990 Job Type: Pump Station Contact: Ken Kass Contact: Other Proj No.: P: (206)824-4960 E: ken@midwaysewer.org P. Solicitation No.: Bid Date(Actual]: 517/2014 ARCH/ENG Notice to Proceed Date:6/4/2014 PACE Engineers PRIME CONTRACTOR(n other than Pease) Contract Completion: 11/30/2014 11255 Kirkland Way,Ste 300 * Actual Completion: 1/14/2015 No of CO's: 5 Ong Contract Amt$1,351,266.90 Kirkland,WA 98033- n Final Contract Ani$1,403,992.00 Contact: Dave Holley Superintendent: Brian Smith P: (425)827-2014 E: daveh@paceengrs.com GC Contact: Project Manager: Larry Boyd P: ProieCt Description; = Please see Project Description for explanation of any cost differentials and/or schedule differentials. Pease is the general and mechanical contractor on this upgrade project to an existing sanitary sewer pump station. The project includes replacement of pumps and associated piping,improvements to the wet well, building seismic improvements,sound attenuation for the generator and installation of a pre- grind vault and replacement of all electrical equipment and wiring.Difference between CONTRACT COMPL DATE and ACTUAL COMPL DATE due to time extension granted for the excavation and selling of the grinder vault(cutting vault walls,rat slab removal,and replacement Romac). Difference between ORIG CONTRACT AMT and FINAL CONTRACT AMT due to revised site conditions,added work scope,and electrical revisions. �BITP Headworks Improvements(REBID) - OWNER OWNER'S REP(If any LOTT Clean Water Alliance 1 - ------ - --500 Adams SINE 500 Adams St NE Olympia,WA 98501- Olympia,WA 98501- Job No:8940 Job Type: Wastewater Treatment Contact: Dennis O'Connell Contact: Other Proj No.: AM1108 P: (360)528-5751 E: dennisoconnell@lottclea P. Solicitation No.: 507-02-08 nwaler.org Bid Date(Actual): 12/2/2013 ARCH/ENG Notice to Proceed Date: 1 2/3112 0 1 3 Parametrix PRIME.CONTRACTOR O[pt er than Poasej, Contract Completion: 1013/2014 * Actual Completion: 10/3/2014 1019 39th Ave SE,Ste 100 No of CO's: 3 Orig Contract Anni$704,778.00 Puyallup,WA 98374- * Final ContractAmt: $715,009.00 Contact: Dave Roberts Superintendent: JEFF BELL P: (253)604-6600 E: droberts@parametrix.co GC Contact: Project Manager: LARRY BOYD on P: ProjectDejcripti = Please see Project Description for explanation of any cost differentials and/or schedule differentials. Pease&Sons served as the mechanical and general contractorthis project. The project consisted of modifications and additions to the screen channels, aerated grit chambers,and influent wet well structures located in the Budd Inlet Treatment Plant(BITP). Included work in the following structures: screen channels 2,3,&4;grit chambers 1 &2;north and south grit galleries;and influent wet wells 1 &2. Page 6 Ncrtry Secondary Clarifier Repair OWNER OWNS ' REP If pn Midway Sewer District -...-��1 -- 303 S 240th St Des Moines Creek W WTP, 1200 S 2161h Sl Kent,WA 98089- Des Moines,WA Job No:9600 Job Type: Wastewater Treatment Contact: Marc Montieth Contact: i Other Proj Na.: P: (206)824-4960 E: P: Solicitation No.: Bid Date(Actual): 5/16/2014 ARCH/ENG Notice to Proceed Date:6/16/2014 URS Corporation PRIME CONTRACTOR flf other than Pease) Contract Completion: 9/16/2014 Century Square, 1501 4th Ave,Ste 1500 * Actual Completion: 9/16/2014 No of CO's: 1 Ong Contract And:$287,126.00 Seattle,WA 98101-1662 * Final Contract Amt $302,697.00 Contact: Gregory Mockers, PM Superintendent: Jeff Bell P: (206)438-2420 E: GC Contact: j Project Manager: Larry Boyd P: Project DeSCi'Dtjon: "=Please see Project Description for explanation of any cost differentials and/or schedule differentials. Project includes: 1)Removal of clarifier floor grout surface;2)Clarifier center column repair;3)Reinstallation of clarifier floor grout;4)Clarifier mechanism and appurtenances recoating;5)Alternate A-Epoxy injection for clarifier Floor crack repair;and 6)Alternate B-Polymer sealer protective system for clarifier Floor. Difference between ORIG CONTRACT AMT and FINAL CONTRACT AMT is due to an owner-requested change to recoat a portion of the north secondary clarifier Iauder exposed to the clarifier effluent side. Pease served as both the general and mechanical contractor on this project. This project occurred at a fully functional,operational wastewater treatment plant. -.,-. Chambers Creek Regional Wastewater OWNER OWNER`S REP Of anyi Treatment Plant Expansion: Bid Package Pierce County Public Works 121 Energy Dissipater 10311 Chambers Creek Rd W 9850 641h St W University Place,WA 98467- University Place,WA 98466- Contact: Ryan Dooley, P.E.,Project Manager Contact: Job No:8900 Job Type: Wastewater Treatment Other Proj No.: P: (253)798-4280 E: P: Solicitation No.: Bid Date(Actual): 1/24/2013 ARCH/ENG Notice to Proceed Date:2/1/2013 Brown&Caldwell PRIME CONTRACTOR fit ether than Pease) Contract Completion: 7/1/2014 M.A. Mortensen Company * Actual Completion: 7/1/2014 10230 NE Points Dr,Ste 300 No of CO's: 5 Orig Contract Amtt$2,587,676.00 Kirkland,WA 98033- a Final Contract Amt: $2,674,644.00 Contact: Superintendent: Pat Bell P: E: GC Contact:Tom Paul(425.449.6994) Project Manager: Harrison Hotchkiss P: (425)895-9000 i iect Descriotion: =Please see Project Description for explanation of any cost differentials and/or schedule differentials. Pease provided mechanical and general construction services on this$2.6 million bid package to the GC/CM, Mortensen,on the multi-million dollar expansion to the existing Chambers Creek Wastewater Treatment Plant.Major Task 1: Construction of HDPE sewer and manholes to convey wastewater flows from existing Energy Dissipater to a head box structure located just upstream of the headworks bldg at the Chambers Creek W WTP, Major Task 2r Construction of a temp bypass system to route the total wastewater flows from the Chambers Creek Tunnel and the Steilacoom Farce Main to the head box structure,or to the permanent HDPE sewer Major Task 3: Rehab of the existing Energy Dissipator by coating the interior concrete surfaces of the lower two chambers with SprayWall structural polyurethane Major Task 4: Rehab of the existing sewer system from the Energy Dissipater to the head box Major Task 5: Rehab of cone encased rolled steel pressure sewer pipe form the Steilacoom Force Main system to the energy dissipater. Both tasks 4 and 5 shall be accomplished using a cured-in-place(CIPP)liner method; Major Task 6. Construction and start-up of an open-bed odor control blofiller sys w/a 110-ft x 15-R reinforced cone vault,gravel plenum,bed, media, blower ducts&appurtenances, piping,irrigation control,elec,instrumentation,monitoring and control systems. Page 7 `Chameeri Regtonall­wkaetewater OWNER OWNERS REP IIf anal ITreatment Plant expansion Project Bid pierce County Publicworks&Utilities Package#117; 101341 Mechanical 9850 64th St W 10311 Chambers Creek Rd W University Place,WA 98467- University Place,WA Job No:6890 Job Type: Wastewater Treatment Contact: Ryan Dooley,P_E.,Project Manager Contact: Other Proj No.: P; (253)798-4280 E: P- Solicitation No.: Bid Date(Actual): 11/20/2012 ARCH/ENG Notice to Proceed Date:21l/2013 Brown&Caldwell PRIME CONTRACTOR(If other than Pease) Contract Completion: 7/1/2014 M.A. Mortensen * Actual Completion: 7/1/2014 10230 NE Points Dr.Ste 300 No of CO's: 9 Ong Contract And:$1,174,000.00 Kirkland,WA 98033- a Final Contract Arl$1,426,946.00 Contact: Superintendent: Mike Magyar P: E: GC Contact:Tom Paul(425.449.6994) Project Manager: Joe Koenig P: (425)895-9000 Project Description: = Please see Project Description for explanation of any cost differentials and/or schedule differentials. Pease served as the mechanical contractor on this$1.2 million bid package to the GC/CM,Mortenson,on the multi-million dollar expansion to the existing Chambers Creek Wastewater Treatment Plant. Includes plumbing,hydronic piping and equipment installation on multiple areas of the treatment plant including the Operations Bldg, Process Control Lab, Fueling Facility and the Maintenance Storage Bldg.Includes work in the Electrical Service Entrance Building;site improvements and earthwork;site-wide electrical improvements;and demolition. Miller Creek Wastewater Treatment Plant- OWNER OWNER'S REP(if anyl 2012 Southwest Suburban Sewer District --- ---- ---- -- 431 SW Ambaum Blvd 10169 174th PI Burien,WA 98166- Normandy Park,WA 98166- Job No:8910 Job Type: Wastewater Treatment Contact: Ron Hall Contact: Other Proj No.: P: (206)244-9575 E: ron.hall@swssd.com P. Solicitation No.: Bid Date(Actual): 12/6/2012 ARCH/ENG Notice to Proceed Date:5/13/2013 BHC Consultants LLC Contract Completion: 2/7/2014 1601 Fifth Ave,Ste 500 * Actual Completion: 2/7/2014 No of CO's: 3 Orig Contract About:$1,157,974.00 Seattle,WA 98101- a Final Contract Amt: $1,225,159.00 Contact: Craig Chambers Superintendent: Brian Smith P: (206)505-3400 E: craig.chambers@bhcco GC Contact: Project Manager: Bryan Hillemann nsultantscom P: Project Description,: '=Please see Project Description for explanation of any cost differentials and/or schedule differentials. Project includes: demolition of above-grade structures-headwork$roof(steel frame)and primary clarifier roof and walls(CMU and steel);demolition of existing fiberglass covers at four primary clarifiers,one RBC distribution/secondary bypass structure,and chlorine contact chamber; primary clarifier sludge collection equipment;primary clarifier scum collection equipment;primary clarifier effluent launderers,weir plates,and baffles;odor control covers for clarifiers,chlorine contact chamber,and mist structures;odor control duct work mods;muse equipment and plumbing installations;mist tort and handrail work;elec and controls. Pease served as bath the general and mechanical contractor on the project. Difference between ORIG CONTRACT AMT and FINAL CONTRACT AMT is due to added work included installation of an owner-furnished gravity thickener. Page 8 Hawks Pmurie Recharge Basin No.4 Berm OWNER OWNER' REP if onyl Installation 1 LOTT Clean Water Alliance 2900 Hogum Bay Rd NW — 500 Adams St NE Olympia,WA 98501- Lacey,WA 98516- Job No:9590 Job Type: Wastewater Treatment Contact: Ben McConkey Contact: Other Proj No.: MS1101f CONTRACT NO:44 P: (360)664-2333 E: benmcconkey@lottclea P. Solicitation No.: N/A nwater.org Bid Date(Actual): 12/10/2013 ARCH/ENG Notice to Proceed Data:12/30/2013 LOTT Clean Water Alliance PRIME CONTRACTOR(If other than Pease) Contract Completion: 1/17/2014 500 Adams St NE * Actual Completion: 1/17/2014 No of Cil 0 Ong Contract Al$9,377.10 Olympia,WA 98501- * Final Contract Al$9.377.10 Contact: Ben McConkey Superintendent: Don Von Moose P: (360)664-2333 E: benmcconkey@lottclea GC Contact: Project Manager: Damon C.Pease nwater.org P: Project Description: =Please see Project Description for explanation of any cost differentials and/or schedule differentials. Construction of a sandbag bens dividing the existing Hawks Prairie Recharge Basin No.4. Berm includes sandbags and a 60 mil HOPE liner keyed into the existing ground a minimum of 18 inches. UpgraldeLincG Alexander Pump Station AN 4102 Ci W h NERasPurchasing OWNER'S REP Of any I �2200 E Alexander Ave Tacoma,WA 98409- Tacoma,WA 98421- Job No:8870 Job Type: Pump Station Contact: Jim Wilkerson Contact: Other Proj No.: 4600008483 P: (253)502-8332 E:james,wilkerson@ci.tac P. Solicitation No.: oma.wa.us Bid Data(Actual): 10/30/2012 ARCH/ENG Notice to Proceed Date:4/1/2013 City of Tacoma PRIME CONTRACTOR tlf otbor than Poasol Contract Completion: 12/27/2013 3628 S 35th St * Actual Completion: 12/27/2013 No of CO's: Orig Contract Amt:$3,062,524.00 Tacoma,WA 98409- * Final Contract Anal $3,299,012.00 Contact: Dave Koberstein, P.E. Superintendent: Dave McCann P: (253)502-2112 E: dkoberst@cityoftacoma. GC Contact: Project Manager: Bryan Hillemann org P: PrDiect Descrinflow =Please see Project Description for explanation of any cost differentials and/or schedule differentials. Construction of an additional wet well with three submersible wastewater pumps,a flow diversion structure,valve vault,underground piping and power supply and associated improvements. Includes temporarily bypassing Flows during installation of various structures; Installation of a new pump station which includes a wet well and attached valve vault; Installation of a new 96-inch manhole that will direct flow from the diversion structure to the new pump station wet well with approx 40 If of new 36-inch pipe; Installation of a new,precast 8'x 10'diversion structure consisting of motorized slide gates, channeling,lining,and waterproofing,and access hatches;Connection of new pump station and two existing I(Pinch lines from the existing pump station to the existing 16-inch force-main through a common header; New electrical service extension for the site; Upgrades to the electrical generator and the existing electrical services; Upgrades to controls; Site prep,sheeting and shoring,and general site restoration and pavement replacement. Pease served as both the general and mechanical contractor on this project. Difference between ORIG CONTRACT AMT and FINAL CONTRACT AMT due to addition of TERO requirements and the associated TERO lax which were not included in the original plans and specs. TERO requirements were discovered by the Owner after project award. Page 9 i Fiett Creek Pump Station Upgrade............ .... OWNER OWNER'S REP(if a,nvl Cry of Tacoma City of Tacoma '41 -- --- ---- 3628 S 35th St 3628 S 35th St 4100 Steilacoom Blvd SW Tacoma,WA 98409- Tacoma,WA 98409- Lakewood,WA 98499- Job No:8880 Job Type: Pump Station Contact: James Wilkerson Contact: Jeffrey McVicker Other Proj No.: 4600008515 P: (253)502-8332 E:james.wilkerson@ci.tac P' (253)219-9314 Solicitation No.: oma.wa.us Bid Date(Actual): 11/6/2012 ARCH/ENG Notice to Proceed Date:4/1/2013 City of Tacoma 17•••8IME CONTRACTOR of other than Passel Contract Completion: 9/28/2013 3628 S 35th St * Actual Completion: 11/19/2013 No of CO's: 1 Ong Contract Amt:$1,124,080.00 Tacoma,WA 98409- * Final Contract Amt: $1,183,166.00 Contact: Steve Hoffman Superintendent: Don Von Moose P: (253)502-2144 E: shoffma2@cityoftacoma GC Contact: Project Manager: Bryan Hillemann erg P: Pro12&J D@scrlDtlon: "=Please see Project Description for explanation of any cost differentials and/or schedule differentials. The project consists of modifications to an existing storm water pump station as follows: bypass pumping;dewalering;remove three(3)existing 72-inch diameter archimedes screw pumps;structural mods to the existing pump station troughs;demolish portions of the existing pump station building;construct a new electrical equipment building;construct structural mods to existing building in order to install four new 57-inch diameter archimedes screw pumps; construct a new canopy to protect the mechanical pump equipment,and site restoration. Cost differential between ORIG CONTRACT AMOUNT and FINAL CONTRACT AMOUNT was due to emergency bypass and flood support during an extremely heavy rain event during construction and owner requested revisions. Schedule differential between CONTRACT COMPLETION and ACTUAL COMPLETION due to an owners vendor schedule impact event and also a non-compensatory time extension, li Bremerton WWTP Primary Effluent Pump OWNER OW.NEll REP(If any 'Replacement Tra ne Commercial Systems ........................ _-------------_-----......-_.-, 2021 152nd Ave NE 1600 Oyster Bay Ave S Redmond,WA 98052- Bremerton,WA Contact: Scott Eisenhauer Contact: Job No:8920 Job Type: Wastewater Treatment Other Proj No.: P: (425)586-1659 E: scott.eisenhauer@trane P. Solicitation No.: .com Bid Date(Actual): 1 212 812 01 2 ARCHMNG Notice to Proceed Date:7/3/2012 Trans Commercial Systems Contract Completion: 911 512 01 3 2021 152nd Ave NE * Actual Completion: 9/15I2013 No of CO's: 3 Orig Contract Amb$942,330.00 Redmond,WA 98052- * Final Contract Amt:$1,017,307.00 Contact: Scott Eisenhauer Superintendent: Ray Parks P: (425)586-1659 E: scott.eisenhauer@crane GC Contact: Project Manager: Harrison Hotchkiss .com P: Protect DeScri tp idn: =Please see Project Description for explanation of any cost differentials and/or schedule differentials. Replacement of five(5)existing 125HP eddy-current drive,extended shaft pumps with flve(5)comparably sized submersible pumps with variable frequency drives(VFDs). The new pumps will be located in the existing pump room. Also included is construction of a new masonry bldg to house the new VFDs. Existing manual pump isolation(suction and discharge pipe)knife gate valves will also be replaced with new molar-operated knife gate valves. Demo of existing conc pump bases and construction of new bases;electric power supply,disconnects and junction boxes;instrumentation and controls; foundations, structural attachments,and seismic bracing. Cost differential between ORIG CONTRACT AMOUNT and FINAL CONTRACT AMOUNT due to 1)cost differential between traditional built structure vs.pre-fab Blazer Bldg;2)Owner requested install of owner-furnished flow meter and 3)Owner requested change to make the temp bypass valves and piping permanent. Page 10 (Budd Inlet Treatment Plant Improvements, OWNER OWNER'S REP(if any, Bid Package No 102-Electrical,&Bid LOTT Clean Water Alliance Package No.103 Mechanical —- r.... 500 Adams St NE 500 Adams St NE Olympia,WA 98501- Olympia,WA 98501- Job No:8800 Job Type: Wastewater Treatment Contact: Michelle Barnett Contact: P: Other Proj No.: 09050018-23057 P: (360)664-2333 E: michellebarnett@lottcle Solicitation No.: anwater.org Bid Date(Actual): 6/8/2011 ARCH/ENG. Notice to Proceed Date:10/26/2011 HDR Engineering Inc PRIME CONTRACTOR(if othorthan Pea5e1 Contract Completion: 9/11/2013 500 108th Ave NE Mortensen Construction * Actual Completion: 9/11/2013 10230 NE Points Dr,Ste 300 No of CO's: 16 Orig Contract Amt:$8,748,114.00 Bellevue,WA 98004- • Final Contract Amt: $9,933,552.00 Contact: Jeffrey Zahller Kirkland,WA 98033- Superintendent: Kirk Parnham/Larry Boyd P: E: jeffrey.zahller@hddnc.c GC Contact:Phillip Greany Project Manager: Larry Boyd am P: (425)895-9000 ei O S ri ti fry• = Please see Project Description for explanation of any cost differentials and/or schedule differentials. Pease&Sons served as the mechanical contractor on Bid Package No. 103 to Mortensen(GC/CM)on the Budd Inlet Treatment Plant Improvements project. Construction consisted of a new primary sediment effluent diversion structure,primary influent vaults,a new primary sediment tank building and chemical building/odor control/electrical building. Construction for these projects included:shoring,structural steel,waterproofing,glass and glazing, skylights,exterior metal panel, roofing,drywall/framing, special coatings,electrical systems,mechanical systems,yard piping,site improvements, backfill/grading/compaction,paving,site utilities,irrigation and landscaping. The project was constructed at an existing,operational wastewater treatment plant. Difference between ORIG CONTRACT AMT and FINAL CONTRACT AMT due to added scope(hot water supply and return for heating);added utilidor(piping moved from direct bury to a rack system);underground excavation and routing of 48"piping.Overall project value was$38 million. Page 11 i Item 4.6 Jeff Bell — Su erintendent l� Education First Aid/CPR Certified AED Certified Trench &Excavating Trained Confined Space Trained Certified Erosion&Sediment Control Lead OPSEC Level 1 Training AT(Anti-Terrorism)Level 1 Training WATCH Training OSHA 30 JBLM Environmental Training Professional Summary Mr. Bell brings twenty-eight(28)years of pipefitter construction experience and leadership to wastewater treatment plants,water treatment plants, pump station, fish hatcheries, and various other industrial facilities. He has worked on fifteen(15)different treatment facilities and two(2) large fish hatcheries with budgets ranging from$1 million through $37 million. Jeffs competency has allowed for a natural progression from pipefitter to mechanical foreman,to general foreman and then on to superintendent. Mr. Bell has extensive knowledge of all aspects of mechanical pipe and Its equipment including threaded,cut groove, roll groove,gas fused, HDPE fused, soldered, no hub, and glued. Project Experience Construct Replacement Well#31 and Demolish Lincoln Well—McChord Field, JBLM,WA(9/17— (Pease&Sons, Inc.) present;currently on-going) 4/2013—Present $2.5 million project installing a new pump and constructing a pump house at Well#31 along with Superintendent decommissioning existing Lincoln Well. Portland Avenue to Port of Tacoma Road -Northbound HOV(1-5)-MP 134.62 to MP 136.63— Tacoma,WA(9/17—present;currently on-going) Pease &Sons is serving as the mechanical and general contractor on the pumphouse and structural vault portions of the overall$134 million contract which Hamilton Construction Company holds with WSDOT. Pease's contract value is$1.2 million. City of Fife EDA Pump Replacement—Fife,WA(6/17—present;currently on-going) $363,357 replacement of one of the existing pumps at the existing City of Fife EDA Pump Station along with several modifications to the existing station. Westside Booster Station VFDs and Standby Generator—Lacey,WA(11/28/16—605117) $575,000 replacement of existing soft start motor starters forpumps 1 &2 with VFDs, relocation of existing transformer, installation of a new CMU sound wall and installation of new 450kW standby generator with generator pad and two automatic transfer switches. LOTT Centrate Handling Improvements-Olympia,WA(11/2116—6/30/17) $630,612 modifications to an existing wastewater treatment plant including revisions to existing conc tanks, demo of existing pumps and piping, installation of plywood baffles, centrate pumps and centrals sludge pumps and minor site work Cleveland Way Stormwater Pump Station—Tacoma,WA(3/16/15—5/31/16) Pease is currently serving as the general and mechanical contractor on this$5 million pump station upgrade project. Includes structural and mechanical upgrades. (Owner: City of Tacoma, Attn:Steve Hoffman, 253.502.2144) 71h Ave Pump Station Upgrades—Kent,WA(6/4/14—1/14/15) Pease served as the general and mechanical contractor on this$1.479 million pump station upgrade project. Project includes replacement of pumps and associated piping, improvements to the wet well, building seismic improvements, sound attenuation for the generator and installation of a pre-grind vault and replacement of all electrical equipment and wiring. (Engineer: PACE Engineers, Attn: Dave Nutley, 425.827.2014) City of Monroe Wastewater Treatment Plant Energy Upgrades—Monroe,WA(4/25/14— 1/15/15) Pease served as a subcontractor to Trane performing approx. $2 million worth of mechanical and structural energy conservation measures(ECMs)at the existing Monroe Wastewater Treatment Plant. Includes replacement of two (2)existing Lamson blowers with two(2) Turbo blowers including piping and valving revisions associated with the replacement, installation of coarse bubble diffusers in the primary and secondary digesters, installation of a sludge drum thickener, and installation of a biotrickling filter and foul air fan. (Trane Commercial Systems, Attn: Scott Eisenhauer, 425.586.1659) Jeff Bell —Superintendent Project Experience FNorth Secondary Clarifier Repair-Des Moines,WA(6/2014-9/2014) (Pease&Sons, Inc.) Pease &Sons served as the mechanical and general contractor on this$287,000 renovation of the 4/2013-Present secondary clarifier at the existing wastewater treatment plant. (Owner.. Midway Sewer District, Attn. Superintendent Marc Montieth (206)824-4960) Budd Inlet Treatment Plant Improvements, Bid Package No. 103-Mechanical-Olympia,WA (10/26/11 -9111/13) Pease & Sons served as the mechanical contractor on the$8.4 million Bid Package No. 103, Mechanical, to Mortensen (GC/CM)for the Budd Inlet Treatment Plant Improvements project. (GC: Mortensen Construction, Attn: Phillip Greany, 425.895.9000) Project Experience Tacoma Central Treatment Plant-Tacoma,WA (McClure and Sons) 2012.2012 Superintendent Project Experience Cascade Pole-Olympia,WA (MKB Constructors) 2011 -2012 Pipefitter Foreman Project Experience LEKT Fish Hatchery-Port Angeles,WA (James W. Fowler) 2009-2011 Cowlitz Salmon Hatchery-Salkum,WA General Foreman Project Experience Winlock Wastewater Treatment Plant-Winlock,WA (McClure and Sons) 2006.2008 Hollywood Pump Station-Totem Lake,WA General Foreman Kirkland Pump Station-Kirkland,WA Eatonville Water Treatment Plant-Eatonville,WA Project Experience Olympia Water Reclamation Facility -Olympia,WA (Stellar J.Corp) 2005-2006 Pipefitter Project Experience Sumner Wastewater Treatment Plant -Sumner,WA (McClure and Sons) 2003-2006 Pipefitter Project Experience Pe Ell Wastewater Treatment Plant-Pe Ell,WA (Friberg Construction) 2003 Pipefitter Item 4.6 Larry Boyd— Project Manager Education Associate Degree in Welding Technology—Rogue Community College, 1977 USACE Construction Quality Management Course JBLM Environmental Awareness Training AT(Anti-Terrorism)Level 1 Training OPSEC Level 1 Training iWatch Training First Aid/CPR Licenses Journeyman Electrician (OR)— 18 years Journeyman Electrician WA)—20 years Professional Summary As a Project Manager/Superintendent for Pease&Sons, Inc., Mr. Boyd is responsible for the overall project coordination of municipal and industrial projects ranging from$500,000 to$20 million. Mr. Boyd works closely with the project team, including the engineers,architects and owners,to ensure a properly scheduled, manned,and safe project,which in turn ensures a profitable project.As a General Superintendent, Mr. Boyd is responsible for overall project supervision, schedule and subcontractor coordination. He implements corporate policies on the jobsite and is responsible for the day to day operations and construction. Project Experience Construct Replacement Well#31 and Demolish Lincoln Well—McChord Field,JBLM,WA(9/17— (Pease&Sons, Inc.) present;currently on-going)—QC Manager/Project Manager 2005—Present $2.5 million project installing a new pump and constructing a pump house at Well 431 along with Project decommissioning existing Lincoln Well. Manager/Superintendent/ QC Manager Portland Avenue to Port of Tacoma Road-Northbound HOV(1-5)-MP 134.62 to MP 136.63— Tacoma,WA 19/17—present;currently on-going)—Project Manager/Superintendent/QC Pease &Sons is serving as the mechanical and general contractor on the pumphouse and structural vault portions of the overall$134 million contract which Hamilton Construction Company holds with WSDOT Pease's contract value is$1.2 million. • Construction of a concrete stormwater vault consisting of 340 cubic yards of cast in place heavy concrete. • The concrete stormwater vault has a 24"thick concrete slab with 1'-6"thick concrete walls and a 1'-6"thick concrete lid. • AM of the rebar in the concrete stormwater vault is#7 and#9 bar. City of Fife EDA Pump Replacement—Fife,WA(6/17—present;currently on-going)—Project Manager $363,357 replacement of one of the existing pumps at the existing City of Fife EDA Pump Station along with several modifications to the existing station. Repair Fire Protection Waterline, French Drain System, Storm Drain Sewer Line,Admin Bldg Roof, Install Safety&Security Gates and Miter Gate Sill&Clapper Boards @ Lake WA Ship Canal (W912DW-16-T-7018)-MATOC Task Order—Seattle,WA(1 0/1 911 6—811/1 7)—Project Manager/Superintendent $914,000 contract to perform multiple work items at the existing Lake WA Ship Canal(Ballard Locks). Wildcat Drive Sewage Lift Station—McCleary,WA(9/9/16—12/22/16) -Superintendent/SSHO/QC Pease served as the general and mechanical contractor on this$144,000 sewage lift station upgrade project. Includes new pumps,piping, valves, appurtenances and electrical control panel on the existing Wildcat Drive Sewage Lift Station. (Engineer. Gray&Osborne,Attn: Jon Hinton, 206.284.0860) • Project included construction of a heavy concrete, 24"thick concrete slab on arade generator pad. • Project included asphalt pa,, vin�.performed by an asphalt paving subcontractor Cleveland Way Stormwater Pump Station—Tacoma,WA(3/1 611 5—513111 6)—Project Manager/Superintendent/QC Pease is currently serving as the general and mechanical contractor on this$5 million pump station upgrade project. Includes structural and mechanical upgrades. The Owner added scope which includes retrofitting existing bio-filter with new media. (Owner. City of Tacoma,Attn: Steve Hoffman, 253.502.2144), • Project included construction of a heavy concrete, 961"thick concrete slab on grade generator pad measuring 10'0"wide x 24'-0"long. • Project included asphalt bavino(3"HMA, 2"fill class A1, and 10"fill class F2)performed by an asphalt paving subcontractor I Larry d— Pro"ect Mana er Pa e 2 Project Experience 7'"Ave Pump Station Upgrades-Kent,WA(614f14-1/14/15)-Project Manager/QC (Pease&Sons, Inc.) Pease served as the general andmechanical contractoron this$1.479 million pump station upgrade 2005-Present project. Project includes replacement of pumps and associated piping, improvements to the wet well, Project building seismic improvements, sound attenuation for the generator and installation of a pre-grind vault Manager/Superintendent/ and replacement of all electrical equipment and wiring. (Engineer. PACE Engineers,Attn: Dave Hutley, QC 425,8272014) (continued) City of Monroe Wastewater Treatment Plant Energy Upgrades-Monroe,WA(4/25/14-1/15/15)- Project Manager/QC Pease served as a subcontractor to Trane performing approx. $2 million worth of mechanical and structural energy conservation measures(ECMs)at the existing Monroe Wastewater Treatment Plant. Includes replacement of two(2)existing Lamson blowers with two(2) Turbo blowers including piping and valving revisions associated with the replacement, installation of coarse bubble diffusers in the primary and secondary digesters, installation of a sludge drum thickener, and installation of a biotrickling filter and foul air fan. (Trane Commercial Systems,Attn: Scott Eisenhauer, 425.586.1659) Budd Inlet Treatment Plant Headworks Improvements-Olympia,WA(12131/13-1013114)-Project Manager/QC Pease&Sons is currently serving as the mechanical and general contractor on this$705,000 modification and addition at the existing, operational Budd Inlet Treatment Plant. Includes work at the screen channels, grit chambers and influent wet wells. (Owner: LOTT Clean Water Alliance,Attn: Dennis O'Connell, 360.528.5751) Budd Inlet Treatment Plant Improvements, Bid Package No. 103-Mechanical-Olympia,WA;2013 (10/26/11-9/11/13)-Project Manager/QC Pease&Sons served as the mechanical contractor on the$8.4 million Bid Package No. 103, Mechanical, to Mortensen(GC/CM)for the Budd Inlet Treatment Plant Improvements project, (GC: Mortensen Construction,Attn: Phillip Greany, 425.895.9000) Wastewater Treatment Plant Improvements-Scappoose,OR; (3/15/10-3/2/11)-Project Manager/QC $1.4 million renovation at an existing, operational wastewater treatment plant. Pease served as both the general and mechanical contractor. (Engineer: KennedylJenks Consultants,Attn: Gordon Munro, 503,295.4911) Ocean Shores Water Treatment Plant-Ocean Shores,WA; (218/10-6/15111)-Project Manager/QC Pease served as the mechanical and general contractor on this$3.5 renovation at the existing, operational water treatment plant. (Engineer: Brown&Caldwell,Attn: Bill Persich, 206.749.2213) • Project included ten(10)each 4"-01"thick heavy concrete slabs for tankage at the existing Ocean Shores Water Treatment Plant. Each slab was 16'-0"wide x 16'-0"long x 4'-0"thick. Water Reclamation Plant-Shelton,WA;(7/16/08-2/6/10)-Project Manager/QC Construction of a$11.4 million membrane bioreactor Water Reclamation Plant. Also included construction of a new raw sewage pump station;modifications to an existing sprayfield, and construction of new facilities in order to provide for a future connection to regional sanitary sewer and reclaimed water pipelines. (Owner: City of Shelton, Robert Tauscher, 360.432,5104) • Project included 2400 cubic yards of heavy concrete slabs concrete walls and concrete lids ranging between 1 a"thick 1hra 16"thick. • Project included asphalt paving performed by an asphalt paving subcontractor. Bremerton WWTP Wet Weather Facilities-Bremerton,WA; (4/17/08-7/5/09)-Project Manager/QC Miscellaneous improvements to an existing 7.6 MGD wastewater treatment plant. Pease served as the general and mechanical contractor on this$3.5 million project. (Owner. City of Bremerton,Attn: Ned Lever, 360.473.2398) • Project included 3"-0" thick heavy concrete slab for the generator pad. Tacoma Central Wastewater Treatment Plant-Tacoma,WA; (1/l/06-111/09)-Project Manager/QC Pease served as the mechanical and concrete contractor($16.5 million contract value)on this multi- million dollar design/build wastewater treatment plant upgrade(38 mgd to 60 mgd). Facility was operational during construction. (Owner: City of Tacoma,Attn_ Eric Johnson, 253.502.2106) • Project included 10,000 cubic yards of cast in place concrete consisting of heavyconcret� walls and slabs 12"thick or greater. Well No.3 Improvements-Orting,WA;19/1 9105-511/06)-Project Manager/QC Construction of a$535,000 well pumping station forpotable water. (Engineer Parametrix,Attn: David Roberts, 253,863.5128) I Larry Boyd — Project Maanper(Pape 3) j Project Experience Industrial Superintendent for municipal projects including sawmill,papermill, water treatment and (Hamer Electric) wastewater treatment plant electrical installs and integration 1996—2005 Industrial Superintendent Hamer Electric is a UL508 panel shop and controls system integrator i Project Experience Mechanical Superintendent at Clatskanie, OR sawmill—duties included scheduling millwrights, (Stimson Lumber electricians, and heavy equipment mechanics. Also generated yearly budgets forboth production Company) and mechanical for the complete sawmill. 1987—1996 Mechanical Superintendent Project Experience Mfflwright for two (2)years and multi-craft superintendent for five(5)years doing sawmill (Mechanical Erectors, Inc.) construction, food industry process piping, and boiler systems. 1980—1987 Superintendent Item 4.7 i PEASE & SONS, INC. EQUIPMENT LIST Updated: 4/30/18 Description Me M Years Condition 12 Ton Boom Truck 1995 Excellent 18 Ton Boom Truck 2003 Excellent VR1044C Ingersoll Rand Forklift 2006 New VF843 Ingersoll Rand Forklift 2005 Good 2 Ton Truck 1997 Excellent 2 Ton Truck 1984 Good 2 Ton Truck 1977 Good 2 Ton Truck 1970 Good 2 Ton Truck 1968 Good Kenworth Semi-Truck 1988 Excellent 11TahomalhomelJennlEstimatinglCompany InformationlEquipment List.xls Printed: 7/25/2018 @ 12:32 PM 5. I PEASE & SONS, INC. P.O. BOX 44100 • Tacoma, Washington 98448-0100 10601 Waller Road East • 253. 531,7700 • Fax 253.537.8113 Contractor Registration No. CC01-PE-AS-ES*302P0 E-mail address otrtil(ie,�llr,;9s�rnc9slllls.cx>rn CREDIT INFORMATION NAME and LOCATION of FIRM: PEASE &SONS, INC. P.O. Box 44100 98448-0100 10601 Waller Road East Tacoma, WA 98446 253.531.7700;253.537.8113 - FAX E-mail: Mail(a Peaseandsons.com TYPE OF BUSINESS: GENERAL/MECHANICAL CONTRACTORS YEARS IN BUSINESS: 55 Years - Incorporated since 1962- WA NUMBER OF EMPLOYEES; Approximately 50 BONDING AGENT: HENTSCHELL& ASSOCIATES, INC. 1436 S. Union Avenue Tacoma, WA 98405-1925 253.272,1151; 253 272.1225-FAX NAMES/TITLES OF OFFICERS: DARRON C. PEASE, PRESIDENT BRYAN HILLEMAN, VICE PRESIDENT JOHNNY SPEVAK, SECRETARY TREASURER BANK REFERENCE: COMMENCEMENT BANK 1102 Commerce Street ACCOUNT#: ...5822 Tacoma, WA 98402 253.284.1811; 253.284.1850-FAX BANK CONTACT: Tim Boyle CONTRACTOR'SLICENSEti: PEASES*302PO STATE RESALE TAX#: 278-040-964 FEDERAL ID #: 91-0730594 DUNS #: 003824836 TRADE REFERENCES: GRAY LUMBER FERGUSON ENTERPRISES, INC. PO Box 7126 3517 Pacific Highway E. Tacoma, WA 98417 Tacoma. WA 98424 253.752.7000; 253.759.6603-FAX 253.922,9060; 253.922.2813-FAX HARRINGON IND. PLASTICS STAR RENTALS PO Box 5128 PO Box 3657 Chino, CA 91708 Seattle, WA 98124 206.725.9100; 206.723.4252-FAX 206,622.7880; 206.587.3280-FAX STELLAR INDUSTRIAL SUPPLY PUGET SOUND PIPE & SUPPLY CO. 1674 Lincoln Avenue PO Box 97010 Tacoma, WA 98421 Kent, WA 98064 253.383.2700;253383.0913-FAX 253.796.9350; 253.796.9355-FAX *PURCHASE ORDERS ARE REQUIRED aecount/forms/crdunf).doc 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: 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 31st day of July 2018 Name of Organization: ease & Sons, Inc By. Title: Darron C. Pease, President UP Storm Water Pump Station Pump Repl/Araucto 13 July 11, 2018 Project Number: D20048 Darron C. Pease, Pres. 7.2 , 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 31st day of July 2018, Notary Public; ,,.9 Nolury Public My Commission p es: n$6otwuniiiptoii J N NIFER M. KULJAM Ow rnn€ - J"M.201 UP Storm Water Pump Station Pump Repl/Araucto 14 July 11, 2018 Project Number: D20048 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. i The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (July 31, 2018), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Pease & Sons, Inc. BitJ er"s Business Name Tgnature of Authorized Official* Darron C. Pease Printed Name President Title 7131/18 Tacoma WA Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. UP Storm Water Pump Station Pump Repl/Araucto 15 July 11, 2018 Project Numbers D20048 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 (100) 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: 7/31/18 Pease & Sons, Inc. N EOFBOER Si nature` f Authorized Representative Darron C. Pease President (Print Name and Title) P.O. Box 44100 Address Tacoma, WA 98448 UP Storm Water Pwnp Station Pump Repl/Araucto 16 July 11, 2018 Project Number: D20048 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Pease& Sons, Inc. as Principal, and Liberty Mutual Insurance Companv as Surety, are held and firmly Five Percent(5%)of the bound unto the CITY OF KENT, as Obligee, in the penal sum Of Total Amount Bid Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Union Pacific Storm Water Pump Station - Pump Replacement /Project Number: D20048 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 31st DAY OF July 2018. Pe e& SO 11"...„ 1nU X ' �,: . -..^,. —per- PR. ��IPAI XMl C 4 Q4ad yw,1 Liberty Mutual Insurance Comm'paanySy y, ,rr SUREn Julie A.Craker,Atlorncy m-Fact 20 Received return of deposit in the sum of $ UP Storm Water Pump Station Pump Repl/Araucto 17 July 11, 2018 Project Number: D20048 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limns the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extant herein stated. Certificate No, 7799410 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West Atneiican Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENI S.t"hat The I Casualty Insurance Company is a corporation duly organized under the Taws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized Under the duris of the Slate of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the•Gowptnies1,pursuant to quit by authority herein set forth,does hereby name,constitute and appoint, BrAcl TRptperts',}^enef PucftSfs,,.Yatareo RratnkaansmarJuleemA mCrakar Thmms.P HenascgtelY _I'seems mmm mmmm_ 31mto©I norm unduvitinaVByi if there he wrong than cars named il,Ilia and I nil of if de out ct � WA y .... .. rvuaul ahrJrnuy-'irr-Ca,l If)m oae„rmxe=,cutlrn seal,acknowledge and dcloor,far in ors iec trehaplf da$lgro yNnd a,,Ric ad and dgod,any and all itiraPll3i bonds,lisoagnmanceb Bind ahmer mirta y obligations,,in piusoana'us W bases presents and shall be as hUdiiny all the Sunn ie>as if busy base oeire duly soured by thus president and attosta;by via.ecrelory of the Crrmpaniton in their earn proper iciest eras. IIM WUINE'Fs W'EIREOF,INS Pace,of Allamruny has ecicel.vla'dzscnbed by art autkrrrrii officwrc or Officer of the Cnngpinfes and the corpoidt¢i deals at III C;ood alarsst have been affixed 'blerdte it"s Tgtdt day of Jur're 2017 tit Y. ,r ' °` The Ohio Casualty Insurance Company ti Liberty Mutual Insurance Company c Westt rnmdr„Insurance Company , uk // 1r 8y: YF ee e.+"' J: eu, �,. STATE OF PENNSYLVANIA as David M,Gxapo4ry A sn;l,iu11 Secretary T do -% COt1NTY OF MONTGOMERY � O do d7. On are 13th_ day at June 2017 before me personally untreated David M. Carey,who acknowledged himself to be the Assistant Secretary of Liberty MuNal IFadari D W Company The Ohio Casually Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes 7i,.U) p fli ronra'med by signing on behalf of the romorariens by himself as a du y authorized officer. nL W' rN > IN WI(NESS WHEREOF,I have her©unto subscribed my name and affixed my noLriel seal at Kng of Prussia,Pennsylvan5a,on the day and year first above written, 0' E a"i rr n rat sr ^a cnwmoruwuntrN_at"nannl YUVANIA G Iq ` rm Tr,,, 1,or f, rkre,rs Full By; ,f GI.4f 0 9 m r_ R7 O W i i r rr i i y u y T.rrsa Pas Nlla Nolmy Publicd 9: N q p.l t nip n�umZ i 21 d0 N'OT STDm y ruvr:• ,c.A m�i Nor,, O a 0 ¢C i rL m e rp This Power of Attorney Is made and esscutad Pursuant to and by authority of the following By-laws and Aullinno mus of the Ohio Casualty Insurance Company, Liberty Mutual uo Insurance Company,and Were American Insurance Company which resolulions are now in full farce and effect reading as follows. so N w N ARTICLE IV-OFFICERS-Soldier l2 Fewer ofAdnrney.Any officer orotfer of(eial of pne Corporation authorized forihatpurpose In wdhng by the Chairman or the PL+sdanl,anti subject O G ri to Such limhatton Sa the Chairman or the President may prescribe,shall appoint such attorneyc'm-fact,as may be necessary to act in behalf of Ire Corporation to make,execute,seal, >v O G acknowledge and deliveras surety any and all Undertakings,bonds,mrournl>_ancesand olhersuree obligations, Such a hornet's-in-fact,subject to the limitations Stiletto In their respective '�a 3 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. Wfien so ._ m. 0 M executed,such instruments shall be as binding as if signed bythe President and attested 10 by the Secretary,Any power or authority granted to any representative orattomey-in-fact under >�' ," Ire provisions of this article may be revoked it any lime by the Board,the Chairman,the Presidentor by the effector officers granting such power or authority. ) ARTICLE XIII-Execution of Contracts-SECTION 5_Surety Bands and Undunakings-Any ofhcar of the Company authorized For that purpose in writing by the chaim V Ind ran or the president, !_0? > of and Sold em to such hmhations as the chairman or rite president may prescribe,shall appoint such attorneys-in-facL as may be necessary to act in behalf of the Company to make,execute, i M 0 0 seal, acknowledge and deliver as surely any and all undertakings,bonds,recognizances and other surety chiigations. Sucfl attorneys-in-fac.subject to the limitations sal forth to their C Z ca respacl'ive powers of attorney,shall have.full power to bind the Company by their signature and tactician of any such Instruments and to attach thereto the seal of the Company, 'Nhen so O C executed such instruments shall he as binding as if signed by the president and attested by the secretary. O W Certificate of Designation The Pres�dGtt of the Compactly scirre iuusuuhl to Iht Bylaws Of they Company authorizes David M.Care Assistant Secretary to appoint such attorneys-in- F- 9 p W +` 96 H P ya y Y pP Y fact as Lucy be necessary to act on hated of the Company to make,execute,seal ar,NnnYudedyle Sold deliver as surely any and all undertakings;bonds,recognizances and other surely obligations. At(horfzation -fry uasmlnrous consent of Ole Company's Board,al 01recfora,that Colnrpuanp consphad that faewlmilo or uuc ibralicaaly asprrouucacll signahlie 03.ny searsimil s caulary of Ilia Coutipsrry who„nevuL apperarin,g upuro a ell soupy of any parvanr wt allonvuy is's'trarci by tire C'orapahy/m,Giestic eailrnr wiIll "unnety finds,sha id his,valial arch am tril'p tidarn @lie Company wrkh Ito Seoul force radd n(kdA as though ancolualiy affdxclrJ.. I, Rados C:. efistteaf8pn, the ❑nderglgnGi1, AS51rulant Secretary, The Clltub („gerbille inkbrtnde Compaq, Llgt',tdy fV4phlyl los,ami COnp4di'ly, (and Wa&I Ami In'druar U Comporly e<I hrrrmhy aedrfp that Ilia onyinal power of alrcroaay of which lhaf 9orefa lig Is a 100h true also correct dopy or Its°Rower of AlPnatney etrfau,uled bay card C rorpanlea Is iiv lull brae and eigiff and elm not been revoked S r -- IN TESTIMONY WHEREOF ma I I hf rr edlreJ 5r f my hand and safPrseirf his aegis of said Oorrspari es Ids, ,nary Of _...._..,......_........ 2011 dy r� � as so /r ay r I 1 J 11 y11 r fit 6p — Per ee C. to"a Secretary V Y �qn so of goo LMS 12873 0220'17 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: r 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. Union Pacific Storm Water Pump Station - Pump Replacement Project Number: D20048 NAME OF PROJECT Pease & Sons, Inc. NAME OF BIDDER'S FIRM Damon C. Pease, President SIG A URE OF AUTHORIZED REPRESENTATIVE OF BIDDER UP Storm Water Pump Station Pump Repl/Araucto 18 July 11, 2018 Project Number D20048 This change order form is for example purRoses only. By submitting a bid the bidder agrees to be bound by the terms of this change order form for anychange orders. CHANGE ORDER NO. [Enter # 1 , 2, 3, etc.] i NAME OF CONTRACTOR: [Insert Company Named ("Contractor") CONTRACT NAME & PROJECT NUMBER: insert Marne of Original Contract & Pro'cct if a Ip icable ORIGINAL CONTRACT DATE: [Insert Date Orrl final Contract was Siconedl This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [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 of 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 $ UP Storm Water Pump Station Pump Repl/Araucto 19 July 11, 2018 Project Number: D20048 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) i Days Required (±) 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 WSDOT Standard Specifications, and Section VI I of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract 9 acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name:, Timothv J. LaPorte. P.E. Its Its Plihlir INn_rka Director (title) v (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department UP Storm Water Pump Station Pump Repl/Araucto 20 July 11, 2018 Project Number: D20048 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 i 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 ....................❑ Orderof Contents..................................—»„......„.............--..................❑ Invitation to Bid.................................................................„..............—❑ Contractor Compliance Statement.........................................„.»„»„„„„„„.„»»❑ Date..................................................................„..................... —❑ Have/have not participated acknowledgment.............................❑ Signature and address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature ...................--............. „.„„„....... ..»„.............❑ Administrative Policy ..........................................................„„...............❑ Proposal............................................................a,...........................„--❑ First line of proposal - filled in ...................................................❑ Unit prices are correct ................................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature .......................................................----...-........»,--❑ Subcontractor List (contracts over $1 million).................. ...............„.❑ Subcontractors listed properly....................................................❑ Dateand signature ....................................................»„.....„,„.......❑ Contractor's Qualification Statement ........................................._.....„„❑ Completeand notarized ..............................................................❑ Certification of Compliance with Wage Payment Statutes....................❑ Proposal Signature Page.......................„..........,...................................❑ All Addenda acknowledged .,..„„...................................................❑ Date, signature and address ....................................................._0 Bid Bond Form Signature, sealed and dated .............».......,...............„.....„...........❑ Power of Attorney........................................... „.........„...,„»..»......❑ (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form...............................................................„.❑ Signature ....................................................................................❑ ChangeOrder Form..............................................................................❑ 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 t?- KENT EQUAL EMP YYMENT OPPORTUNITY COMPLIANCE. STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. UP Storm Water Pump Station Pump Repl/Araucto 21 July 11, 2018 Project Number: D20048 Bond No,023037216 PAYMENT AND PERFORMANCE BOND O TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Pease & Sons, Inc. as Principal, and Liberty Mutual Insurance Company . ...,,.... ._ _.. a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $20f747803 .._, together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Union Pacific Storm Water Pump Station - Pump Replacement/Project Number: D20048 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. UP Storm Water Pump Station Pump Rep VAraucto 22 July 11, 2016 Project Number D20018 TWO W 1`1 NESSES; Pease & Sons, Inc_ PRINCIPfAL (none pnncgr mY'y name above) BY; T4N" TITLE: DATE:-- , - ?_ f DATE: g I { CORPORATE SEAL: PRINT NAME DATE;, Liberty Mutual Insurance Company SURETY �._..._._. J�,v CORPORATE SEAL: BY: ( °( � Julie A.Craker DATE: 08/15/2018 TITLE: Attorney-in-Fact c/o Hentschell&Associates, Inc ADDRESS; 1436S. Union Avenue Tacoma,WA 98405 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (A sistant) Secre ry of the Corporation named as Principal in the within Bond; that - f ��` _���,�lhu� Who signed the said bond on behalf of the Principal Trc Asa (' v g �TrC , of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attest f d for and in behalf of said Corporation by authority of its governing body, / 7A' OR AS ANT SECRETARY w /I T UP Storm water Pump Station Pump Repl/Araucto 23 July 11, 2018 Project Number: D20048 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. Comical.No, 7799466 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS That The Ohio Casualty Insurance Company is a corporation duly convulsed under the laws of the State of New Hampelliro, that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the State of Mmsactmseds, and 1M1'est American Insurance Company is a corporation duly canalized anden his Iawsof lire Slate at lndiall YlgVtlna oailfdsoly oallr'd toe"Counpanlrys't,O'.Illrruant no and by oulhnnly flaradl 3el toslh„ctooe IIPreby ockale,con,dlllde said appufn(, 6rarJ_RneryrlS;,JannN.PucilslsJoanne„Fir;(mkeensrmeygr;JUI,Ie,A.Crnkor;Thom P. ImenitscholY_ _.._._.-__........__.__._�__._ ............. ...__ �_--.�.. .... ........... .._....._ ...... . .._. ...m.. . . ....._. all of the cityof Tacoma y f duere be nrarre thou oalfa rlaolod,ITS Los and lawful aRerrooy-irl but coal execute,seal,acknmmle a e rtsYc faY NV'A aaedl individually, and deliver,for and on Its behalf as surety she as I".eel and React,any and elk likes tlakprlgn.ImnrJy Igrtxryoli7#rnfl,+Yk Stud killer,rom,ly alh n)ra4iprf;b,Ire priui,oldtr¢lcrf of these presents and shall be as binding upon the Companies ea.if they have hoau dtuly sugroed by krue prose ont and mustax6 toy thn suemtary of To ocom®'3rlles In III own proper pemnns. 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 Cornpantes have been affixed that this 13th day of _June _ 2017 of r,r^ I " The Ohio Casualty Insurance Company ` Liberty Mutual Insurance Company m 1 t ( t n West 6n9orte an Insurance Company •� m / n O STATED.,.. , .._... �,..._.".... By: N�ra;u'"r,/� Dared M Cal0 A sI innl;ecrotary C .-. L F PENNSYLVANIA as y of COUNTY OF MONTGOMERY C to :y On this 13th dayof June 2017,before me personally appeared David M.Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance of F U w Company, The Ohio Casualty Company. and West American Insurance Company, and that he, as such, heing authorized so to do, eeemne :he foregoing instrument for the purposes AU) O therein ronlained by signing or,behalf of the corporations by himself as s duly authorized otfir ar 6t LU m > IN VUITIJESS WHEREOF I have hereunto subscribed my name and affixed my notarial coal at Kng of Prussia,Pennsylvania,on lire day and year first above written. O Cb i:ll L Y O ^vlornlaweAl EN /� Q M L a r e Or P[NNSvtVANIA r l O'er d O d N 1 C N � rr-eve ._ I r.r M1oc�nc�a Tel aea Pasle� p � Ir' I r M I 1 Y �la,Notary Pnbllr � � , ratio r r oat ib 4^ M11ei 1, F ar O 161Y M 49^w d to c This Power or Attorney is made and executed prnsa rnt to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual M o dj Insurance Company,and West American insurance Company which resolutions are now in full force and effect reading as follows. t (mN w0I m ARTICLE IV-OFFICERS-Section 12.PoseerofAtenney.Anyotimrorothef offldalof the Corporation authorized for that purpose in writing by[he Chairman or the President and subject O C Ol� to such trunnion as the Chairman or the President mat prescribe,shall appoint such attorneyson-fact,as may be necessary to act in beha.f of the Corporation to make,execute,seal, O C acknowledge and deliver as suretyany and all undertakings,bonds,recognlzances and Omer surely obligations. Such altoroeys-in-facC subjenct othe limltationsset forth in their respective °6 " E 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 sod qy 0 ro executed,such Instruments shall be as binding ashoignod bythe Presidcntand attested to bythe Secretary_Any poweror authoritygrontad to any rep rose ntalive or atlorneyyn-faclunder >'� " 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 pow a)er or authority, (13 r_ ARTICLE XIII-ExecuPion of Contracts-SECTION 5,Surety Bonds and Undertakings.Any officer of the Company aulhorizet for that purpose In wiillny by the chairman or the presidei,l, E 00 > do and subject to such limitations as[he chairman of the president may prescribe,shall appoint such attorneys-in-fact,as may be necessaryto act In behalf of the Company to make,execute, i M O 3 seal, acknowledge and deliver as surely any and all undertakings bonds, acognizanccs and other surely obligations. Such attorneys-in-fact subject to the limitations set forth in their cq Z u regxrOvm pursers fat arlkrmsy,shall have but prmrdr mr bound fhlo Comrmyhby their signature unit nxerolloro fair coy such lnetrumanNs and to attach thumle the son a[lfiw Campanp, Whom,sa oo. U fewculed sioc t imtruncents shall he as and ng be if sunhat By thrt president aand attested by Ire secretary O tp � .......-.- Certificate of Designation -Th[;President of the Company,ncNllg7 purralmrk he The Bylaws of the Ccrnporry,zuaOnuzms paNOtl M'I_Garay,As8t51:urC Grnuetnfy to appoint sor9r allomuys'sP- buel as array do nuccessary to ai on hall of idea Company let make,execute,scarf acknowledge paid deliver as solely any and all latdtinrhaf inns,d neds,raa:mgnlaancr?e and otiond Surety atbllosilion,. Art[loorizattpn--By I,tnurrinoulax consent of rho C';otnlaal'oyS&1cta§rr.1 of CYuoraa;twau.IYoat Caarropally ca�iira+sruts(loot tlaaslmtlu>ere rn acYrarcuii:a[ly rvpnudurt¢ti ttigna4urc at any ns�Ystrsultl anrrnRurp of lhrs Coarejaksay,wherever appyrafng all cordiffitJ copy of rany power'aY artonnsy issued by lie Coastalrly in uaronncPtath With rsurr ly YromdS,about he V',ANJ sum binrlip{{upon the Company with the scans force and el aaad as though manual9y of fixed. I, Renee C. Uervelllyn this u+lrEeux¢gnurl Aksak laatl Ciscralary, 'Strad Ohio Casualty hnsurnnne Clonparny, 4lh0nry Nvluto,fl Inxatranam Goleapaoy, and Oanst Amarican limaranoe Cotmpany do hereby courtly]he(the offgtuoX power of altoiney of witch the I'aralgoing Is a full, true and Cooked espy of the Prrwer at llltnnnuy executed by saki Cnnotha es,is in rw1 farce;taro effect trod has call artacrar:maMrauD RN3'E5TIh16WY'iWtdFREOPtlrava far rc^mho saludty hautlarHl aprNfad tact 5v,,zIS0Y t,dI(I Q:4rtt;ktalYu?;S thlle lay of ......._ JC...�. ........m r HY; In V I Serretary 46 of 300 LM.. 12. .. 022017 I CONTRACT THIS AGREEMENT, is entered into, 'etween the CITY OF KENT, a Washington municipal corporation ("City"), and f Q1 sk 3i-r ";, y,jr organized under the laws of the State of VA located and doing business at 100011 WWLY KA f ,,)A � -actor") 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: Union Pacific Storm Water Pump Station - Pump Replacement/ Project Number: D20048 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 2018 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 2018 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 (100) 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. UP Storm Water Pump Station Pump Repl/Araucto 24 July 11, 2018 Project Number: D20048 i 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 provisions of this section shall survive the expiration or termination of this contract. B. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7, The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8, Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the 'one call" locator service before commencing any excavation activities. UP Storm Water Pump Station Pump Repl/Araucto 25 July 11, 2018 Project Number: D20048 i CITYF NT BY: DANA RALPH, MAYOR DATE. C Z A AT-i � T. � b � KIMBERLEY OMOT(7, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRAC BY: PRINT C• %01lia TITLE: DATE: UP Storm Water Pump Station Pump Repl/Araucto 26 July 11, 2018 Project Number: D20048 I I EXHIBIT A INSURANCE REiQU I REMENITS 11 OR CONSTRUCTION PROJECTS Insurance I 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, Minimurn Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers` Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 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. UP Storm Water Pump Station Pump Rol 27 July 11, 2018 Project Number: D20048 I EXH M B M T A (Continued) 2• Automobile Liabil'it insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other l nsurance Prr v° lions 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. D3 ontractor`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 rogation 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. UP Storm Water Pump Station Pump Repl/Araucto 28 July 11, 2018 Project Number: D20048 EXH I B I T A (Continued) i F. Acceptability of insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANIL 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. UP Storm Water Pump Station Pump Repl/Araucto 29 July 11, 2018 Project Number: D20048 ACAO CERTIFICATE OF LIABILITY INSURANCE °ATE'MMI°°"YYY' 6* e.--" 8/14/2018 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: Sue Martin HENTSCHE LL & ASSOC INC (AIDa.NNo,Ext)o (253)272-1151 LAIC No)[(253)272-1225 1436 S. Union Ave. E-MAIL ADDRESS:SueM@hentschell.com INSURER(5(AFFORDING COVERAGE NAIC# Tacoma WA 98405-1925 INSURER A-American Guarantee & Liability INSURED INSURERB:RSUI Indemnity Company Pease & Sons, Inc, INSURER C: P. O. BOX 44100 INSURER D: INSURER E: Tacoma WA 98448-0100 1 INSURER F. COVERAGES CERTIFICATE NUMBER:17-18 GL Auto Umbrella REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER UPMUICY SEP POLICYYEXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000.,000 A CLAIMS MADEX ' OCCUR DAMAI'E RF NIED 300,000 F F MISES $(I a„wnence) X Y GLA0182644-02 9/1/2017 9/l/2018 Il FXP(Any one per:;o,) S 10,000 PERSONAL&ACV INJURY $ 1,000,000 GIN I AGGREGAU LIMIT APPLIES PER_ GENERAL AGGREGATE 2,000,000 A POI IC,Y X '. JOCI LOG PRODUCTS-COMPIOP AGO $ 2,000,000 OTHER: form #CG2503 5/09 Employee Berefils $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGL E LIMIT $ 1,000,000 lFa Acci JOHIJ A X ANY AUTO BONDS INJURY(Pel pe son) S A OVVNEO A LED GLA0182644-02 9/1/2017 9/1/2016 BODILY INJURY(F'e AUTOS MOS TOS AU COS X r acc dent) X HIRED AUTOS X NUN 71'7WNED PROPERTY'nAMA(I E $ U ift arcc.,rl S X UMBRELLA LIAR X OCCUR EACH OCCURRENCE 1.o,GOO,000 B EXCESS LIAB Cl AIMSAGGREGATE .E 0,000,COI,) DED I RFTEIVTI(X,$ 10,000 X Y NHN240886 9/l/2017 9/1/2018 $ :I.0,000,000 WORKERS COMPENSATION Employers Liability PER jTH AND EMPLOYERS'LIABILITY STATUP1;; LR ANY PROPMETOR/PARTNEMEXECUTIVE YIN WA Stop Gap EL EACH ACCIDENT $ :I.,000,OCR A OFFICER/MEMBER EXCLUDED' WA (MandatoOr in NH) GLA0182644-02 9/l/2017 9/l/2018 E.L,DISEASE-EA EMPLOYEE $ 1.,000,000 Dyy0 d'I3g,IRON IOF O O['uSt RIPIICIN OP OPLYEARIf1NS trala,x EL DISEASE-POLICY LIMIT S 11000,000 DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached it more space is required) Union Pacific Storm Water Pump Station - Pump Replacement /Project Number: D20048. City of Kent is included as additional insured - including Completed Operations. Blanket Additional Insured with Primary Non-Contributory, as required by written contract or agreement per the attached Endorsement #U-GL-1175-FCW (4/13) . Blanket Waiver of Subrogation as required by written contract or agreement per the attached Endorsement #U-GL-925-BCW (12/01) Aggregate Limit applies per Project as per farm #CG2503 (5/09) . CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Dept ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Kent, WA 98032 AUTHORIZED REPRESENTATIVE 'f h( n z . I I ,r,t. ,I h n l 1./s LWi ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025(201401) Policy Number GLA 0182644-02 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company Named Insured PEASE & SONS, INC . Effective Date: 09-01-17 12:01 A.M., Standard Time Agent Name HENTSCHELL & ASSOCIATES INC Agent No. 88573-000 COMMON POLICY FORMS AND ENDORSEMENTS U-GU-1191-A CW 03-15 SANCTIONS EXCLUSION ENDORSEMENT U-GU-630-D CW 01-15 DISCLOSURE OF INFO RELATING TO TRIA U-GU-D-310-A 01-93 COMMON POLICY DECLARATIONS U-GU-619-A CW 10-02 SCHEDULE OF FORMS AND ENDORSEMENTS U-GU-319-F 01-09 IMPORTANT NOTICE - IN WITNESS CLAUSE U-GU-621-A CW 10-02 SCHEDULE OF NAMED INSURED (S) U-GU-406-B 07-15 INSTALLMENT PREMIUM SCHEDULE U-GU-618-A CW 10-02 SCHEDULE OF LOCATIONS IL 01 23 11-13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 46 08-10 WASHINGTON COMMON POLICY CONDITIONS IL 01 98 09-08 NUCLEAR ENERGY LIABILITY EXCLUSION U-GU-298-B CW 04-94 CANCELLATION BY US IL 00 03 09-08 CALCULATION OF PREMIUM GENERAL LIABILITY FORMS AND ENDORSEMENTS U-GL-1517-B CW 04-13 RECORD OR DISTRB OF MATRL OR INFO EXCL U-GL-1518-A CW 04-13 BROADENED NAMED INSURED U-GL-851-B CW 06-04 EMPLOYEE BENEFITS LIAB (OCCURRENCE) COV U-GL-923-B CW 06-04 SILICA OR SILICA MIXED DUST EXCLUSION U-GL-925-B CW 12-01 WAIVER OF SUBROGATION (BLANKET) ENDT. U-GL-D-851-B CW 09-04 EMPLOYEE BENEFITS LTAB (OCCURRENCE) COV U-GL-D-1115-B CW 09-04 COMMERCIAL GL COVERAGE PART DECLARATIONS CG 00 01 04-13 COMMERCIAL GENERAL LIABILITY COV FORM U-GL-1060-E CW 04-13 CONTRACTORS LIABILITY ENDORSEMENT UGLI171ACW 07-03 FUNGI OR BACTERIA EXCLUSION U-GL-1175-F CW 04-13 A➢DL INSD-AUTO-OWNERS LESSEES CONTRACTR U-GL-1199-A MU 04-04 ASBESTOS EXCLUSION ENDORSEMENT U-GL-1294-A CW 10-06 LIMITED OPERATIONS-CONSOLIDATED WRAP-UP U-GL-872-B CW 04-09 PREMIUM & REPORTS AGREEMENT-COMP RATED CG 01 81 05-08 WASHINGTON CHANGES U-GL-274-C MU 05-06 STOP GAP EMPLOYERS LIABILITY COVERAGE U-GL-274-C 1 CW 12-04 STOP GAP EMPLOYERS LIABILITY U-GL-852-A CW 07-96 EMPL BENEFITS LIAR (OCCURRENCE) DED ENDT CG 03 00 01-96 DEDUCTIBLE LIABILITY INSURANCE CG 20 32 04-13 ADDL INSD-ENGRS ARCHTS OR SURVEYORS CG 21 08 05-14 EXCL-ACC/DISCL OF CONFI OR PERSONAL INFO CG 21 47 12-07 EMPLOYMENT-RELATED PRACTICES EXCLUSION CG 21 73 01-15 EXCLUSION OF CERTIFIED ACTS OF TERRORISM CG 21 86 12-04 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CG 22 79 04-13 EXCL-CONTRACTORS-PROF LIAR CG 25 03 05-09 DESIGNATED CONSTRUCTION PROJECTS GENERAL CG 25 04 05-09 DESIGNATED LOCATIONS GENERAL AGGREGATE AUTOMOBILE FORMS AND ENDORSEMENTS U-CA-387-A 07-94 SCHEDULE OF LOSS PAYEE (S) CA 20 01 10-13 ADDL INSD-LESSOR CA 23 92 10-13 WASHINGTON EXCLUSION OF TERRORISM U-CA-531-B 02-08 NOTICE REGARDING TERRORISM PREMIUM U-CA-D-600-C 04-14 BUSINESS AUTO DECLARATIONS CA 00 01 10-13 BUSINESS AUTO COVERAGE FORM CA 03 02 10-13 DEDUCTIBLE LIABILITY COVERAGE U-GU-619-A CW(10/02) Policy Number GLA 0182644-02 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company Named Insured PEASE & SONS, INC . Effective Date: 09-01-17 12:01 A.M., Standard Time Agent Name HENTSCHELL & ASSOCIATES INC Agent No. 88573-000 CA 01, 35 10-13 WASHINGY'ON CHANGES MCS-90 11-11 MOTOR CARRIER POLICIES OF INS .FOR PUBLIC CA 21 34 10-13 WA UNDERINSURED MOTORISTS COVERAGE CA 99 48 10-13 POLLUTION LIAB BROAD COV FOR COV AUTO U-CA-124-F CW 04-14 COVERAGE EXTENSION ENDORSEMENT CA 99 03 10-13 AUTO MEDICAL PAYMENTS COVERAGE CA 99 44 10-13 LOSS PAYABLE CLAUSE U-GU-619-A CW(10/02) POLICY NUMBER, COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LINT This endorsement modifies insurance provided Linder the following: COMMERCIAL GENFRAI I IARII ITY COVFRAGE PART SCHEDULE .... ........ _ ..m_._ .."" Designated Construction Projecl(s): A ( ENL' dAL Pr r,RE(.1i tI h]a1.II A.'I L11. , I'U EAd-lt r;(WV JRUr:-I f(ttV I'ftCJP C,I iNIILRL fFE NA1141) ll i l6;Rk ottpl[ PlG l)P `YtAT T(rN S� G(.Inrl. fPR� A (d llh°A,, P�Ff,I' ( fl 1'E I I I41 1, P( , NU"L "' l fl'f "r, ANY ' r1N`, I I?Ii(" I ION Plf ) LL("i InMN7. F THE hl NLll iW5HRLJO ff; 1INRi, WIIN (AlEkAl IUN� lilrtP Al,*] IN51-IR Ir 1JRd1.)f.?1' A WRAP UJr ��L�. 7ANl" Ulli h?R C'(IJ.{ )Ll:fIAII [� OR � THILA.Ir l.:f�`"lfliA(Ar E f'P,Cn HAtrlf. .........,... ... InfonnatloI re1urred Ca coinlri ate tlars Schrdu6c IP or zt shown above,wW be shown in_life Declare tions A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C fur medical "occurrences"under Section I -Coverage A,and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I -Coverage C,which can be for that designated construction project. Such attributed only to ongoing operations at a Single payments shall not reduce the General designated construction project shown In the Aggregate Limit shown in the Declarations nor Schedule above: shall they reduce any other Designated t. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General Ynu and Wdical Expense continue to apply. Aggregate Limit Is the most we will pay for the However, instead of being subject to the sum of all damages uander Coverage A,except General Aggregate Limit shown in the damages because of"bodily injury" or Declarations, such limits will be subject to the "property damage"included in the "products- applicable;Den ignated Construction Project completed operations hazard", and for General Aggregate Limit. medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 ©Insurance Services Office, Inc., 2008 Page 7 of 2 ❑ I B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products-completed operations hazard"is "occurrences"under Section I—Coverage A,and provided, any payments for damages because of for all medical expenses caused by accidents "bedily injury"or"property damage"Included in under Section I —Coverage C,which cannot be the"products completed operations hazard"will attributed only to ongoing operations at a single reduce the Products-completed Operations designated construction project shown in the Aggregate Limit, and rat reduce the General Schedule above: Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned; delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized Products-completed Operations Aggregate contracting parties deviate from plans, blueprints, Limit, whichever is applicable. and designs, specifications or timetables, the project 2. Such payments shall not reduce any will still be deemed to be the same construction Designated Construction Project General project. Aggregate Limit. E. The provisions of Section III —Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 U Insurance Services Office, Inc., 2008 CG 25 03 06 09 ❑ Waiver Of Subrogation (Blanket) Endorsement ZURICH 0"�' 0r N, THIS ENDO RSEAIEN FC11 A NGLS'TflE POLICY. PL[.ASE READ IT CAREFULLY, I'hi%endorsement toodifies hrsur,'moe provided under the: Commercial General M inhifity Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery From others, we agree to waive our right,,, uf'recovery. This waiver of rights shall not he consit ued to be a waiver with respect to any other operations in which the insured Ims no contractual interest, I J-Gl,-92s-I Y CW(12/01) prtw 1 0 1'1 I All Additional Insured —Automatic — Owners, Lessees Or ZURICH Contractors Policy No, Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add] Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured, Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for"bodily injury', "property damage" or "personal and advertising injury'caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law, and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or"personal and advertising injury' arising out of the rendering of, or 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. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW(04113) Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc,,,with its permission. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV— Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim, 2. We receive written notice of a claim or"suit' as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance, and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions. This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same"occurrence", offense, claim or"suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III—Limits Of Insurance, The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement, or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1175-F CW(04/13) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Coverage Extension Endorsement ZURICH Policy No. Eff.. Dale of Pol. Exp.. Date of Pol. Eff,Date of End., Producer No. Add] Prem Return Prern THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. I Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance— Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any"accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured"will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 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 actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW(04114) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total 'loss"to a covered"auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form, and b. Any: (1) Overdue lease or loan payments at the time of the"loss", (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage, (3) Security deposits not returned by the lessor, (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section' If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA-424-F CW 104114) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. (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". However, the most we will pay for any expenses for loss of use is$100 per day, to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section. Personal Effects Coverage a. We will pay up to $750 for"loss"to personal effects which are: (1) Personal property owned by an "insured" and (2) In or on a covered "auto b. Subject to Paragraph a. above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace, or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered ,.auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals, furs or fur garments, jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same"loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an"insured" and (b) Are in a covered "auto" at the time of"loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". U-CA-424-F CW(04/14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III— Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered"auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller(or smallest) deductible. M. Physical Damage—Comprehensive Coverage— Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered"autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss"from any one cause is$5,000 or the deductible shown in the Declarations, whichever is greater, N. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown, 2. Repair, 3. Servicing, 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A.Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos— Physical Damage We will pay the owner for"loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner,we will obtain the owner's rights against any other party, The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner(if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW(04114) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc,,,with its permission„ agent, servant or employee of the"insured" to notify us of any"accident", claim, "suit" or"loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to,the date and details of such claim or"suit" (2) The"insured's" name and address, and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos— Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you awn: (1) Any covered "auto"you lease, hire, rent or borrow, and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto" that is leased, hired, rented or borrowed with a driver is not a covered"auto"- R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form, or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CVV(04/14) Page 5 of 6 Includes copyrighted material of Insurance services Office, Inc„with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage is replaced by the following: 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. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type, We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its ,'lass". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW(04/14) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc„with its permission, KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS .......................................... 1-1 1 -01 Definitions and Terms....................................................... 1 -1 1-02 Bid Procedures and Conditions ........................... ...—... .. 1 -2 1 -03 Award and Execution of Contract........................................ 1 -5 1 -04 Scope of the Work ........................................................... 1 -5 1 -05 Control of Work ............................................................... 1 -7 1 -06 Control of Material ........................................................... 1 -10 1-07 Legal Relations and Responsibilities to the Public.................. 1-12 1-08 Prosecution and Progress .................................................. 1 -16 1-09 Measurement and Payment ............................................... 1 -20 1-10 Temporary Traffic Control ................................................ 1 -21 DIVISION 8 MISCELLANEOUS CONSTRUCTION ........................... 8-1 8-30 Vertical Turbine Pump ...................................................... 8-1 LOCATION MAP, SITE DETAIL, PHOTOS OF EXISTING PUMP STATION, WIRING DIAGRAM RECORD DRAWINGS PUMP ASSEMBLY DETAIL, AND INSTALLER CERTIFICATION FORM .................................................- A-1 PREVAILING WAGE RATES............................................................... A-2 UP Storm Water Pump Station Pump Repl/Araucto July 11, 2018 Project Number: D20048 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 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 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. DIVISION I - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01. 1 /S 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 Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj, Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and UP Storm Water Pump Station Pump Rep]/Araucto 1 - 1 July 11, 2018 Project Number: D20048 3. How Contractors will be paid_ The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the UP Storm Water Pump Station Pump Repl/Araucto 1 - 2 July 11, 2018 Project Number', D20048 i contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 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 specifications. 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 iCentWA.ctryvlcioing-bQsinesslbids- Lgcuielrrent; 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: 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 (Surety bond). Any proposal bond shall be on the City's bond form and UP Storm Water Pump Station Pump Repl/Araucto 1 - 3 July 11, 2018 Project Number: D20048 shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02. 13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required, UP Storm Water Pump Station Pump Repl/Araucto 1 - 4 July 11, 2018 Project Number: D20048 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03. 1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "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 SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any UP Storm Water Pump Station Pump Repl/Araucto 1 - 5 July 11, 2018 Project Number: D20048 other part of the contract require work that has no hid item price in the. proposal form, the entire cost of labor and materials required to perform that work Shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS-FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 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 7, Kent Standard Plans 8, WSDOT Standard Plans SECTION 1-04.4 1S REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1 -04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. UP Storm Water Pump Station Pump Repl/Araucto 1 - 6 July 11, 2018 Project Number: ❑20048 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities i Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04. 11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CQNTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1 -05.5, the requirements of KSP Section 1-05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BYADD/NG THEFOLLOW/NG NEW SECTION: 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. 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, UP Storm Water Pump Station Pump RepVAraucto 1 - 7 July 11, 2018 Project Number: D20048 compensation and engineering and inspection 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 increase 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 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION; 1-05.9 Equipment 1-05.9(1) 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. UP Storm Water Pump Station Pump Repl/Araucto l - 8 July 11, 2018 Project Number: D20048 SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting City facilities, the work necessary to correct the items listed in the notice. 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. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED 1N THE 2018 WSDOT STANDARD SPECIFICATIONS): 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. THE LAST PARAGRAPH OF 1-05. 13 1S DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05. 14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors None SECTION 1-05 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power UP Storm Water Pump Station Pump Repl/Araucto 1 - 9 July 11, 2018 Project Number; D20048 The Contractor shall make necessary arrangements, and shall bear the costs for 1C..Jer and eater necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED /N ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1 , 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 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. 1-06.7(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 UP Storm Water Pump Station Pump Repl/Araucto 1 - 10 July 11, 2018 Project Number: D20048 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. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 , Each submittal shall include all of the items required for a complete assembly or system. 2, Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3, Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations UP Storm Water Pump Station Pump Repl/Araucto 1 - 11 July 11, 2018 Project Number: D20048 from the requirements of the Contrart shall he accompanied by a separate letter explaining the deviations. The Contractor's letter shall:. 1 , Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 , "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3, "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(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 1-07.2 State Taxes 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the UP Storm Water Pump Station Pump Repl/Araucto 1 - 12 July 11, 2018 Project Number: D20048 I project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax I SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1 -07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: 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 work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, 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. 1-07.13 Contractor's Responsibility for Work SECTION 1-07. 13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) 1-07.13(4) Repair of Damage SECTION 1-07. 14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: UP Storm Water Pump Station Pump Repl/Araucte 1 - 13 July 11, 2018 Project Number: D20048 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1 - 07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07. 15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15 Temporary Water Pollution Prevention 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07. 17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07. 17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection and repair of all identified or suspected underground utilities specified UP Storm Water Pump Station Pump Repl/Araucto 1 - 14 July 11, 2018 Project Number: D20048 in RCW 19,122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07. 18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH. 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. UP Storm Water Pump Station Pump Repl/Araucto 1 - 15 July 11, 2018 Project Number: D20048 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 SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: UP Storm Water Pump Station Pump Repl/Araucto 1 - 16 July 11, 2018 Project Number: D20048 I . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. I The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1 -06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the UP Storm Water Pump Station Pump Repl/Araucto 1 - 17 July 11, 2018 Project Number: D20048 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. 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. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1 , Locate work 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. 2, Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. UP Storm Water Pump Station Pump Rep[/Araucto 1 - 18 July 11, 2018 Project Number. D20048 Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5, No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall UP Storm Water Pump Station Pump Rep VAraucto 1 - 19 July 11, 2018 Project Number: D20048 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. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1 - 09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1- 9 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS 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 UP Storm Water Pump Station Pump Repl/Araucto 1 - 20 July 11, 2018 Project Number D20048 the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09. 13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 -800-521-0778 or206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 UP Storm Water Pump Station Pump Repl/Araucto 1 - 21 July 11, 2018 Project Number. D20048 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. UP Storm Water Pump Station Pump Repl/Araucto l - 22 July 11, 2018 Project Number: U20048 DIVISION 8 -MISCELLANEOUS DIVISIONS IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-30 VERTICAL TURBINE PUMP 8-30.1 Description This work shall consist of removing existing pump assembly including oiler, hauling and disposing, furnishing, installing and testing in-place, all pumps including mounting sole plate, shaft, complete assembly, and connection to existing stormwater outfall pipe and electrical controls. The site consist of 2 existing PACO motor driven vertical turbine vertical pump. Pump 1 is currently operational while pump 2 is not. Pumps are mounted on existing reinforced concrete walls. New pump motor shall be 480 Volt — 3 Phase — 60 Hz meeting the specifications herein. Pump assembly shall be mounted on existing reinforced concrete walls. Reference Appendix A-1 for project location, photos and basic dimension of the pump assembly. Contractor will field verify all dimensions prior to fabrication. 8-30.2 Service Conditions Pump Tag Numbers: P-1 and P-2 Location: Union Pacific Storm Water Pum Station Location Union Pacific Storm Water Pump Station Tvpe of discharge Outfall pipe to Green River Service Outdoor environmental temperature range of 21 °F to 100°F Relative Humiditv 0% to 100% Fluid Temperature ranqe 50°F to 100°F Pump Data: Liquid pumped Storm Water Pump speed 1180 rpm Minimum submergence available None Motor horsepower (maximum) 40 Motor Tvpe NEMA Standard B, TEFC, US Motors .. Variable speed drive required No Shaft Driver Hollow Shaft ........................_ Minimum shaft diameter Min 1 -3/4 inch, AISI 416 stainless steel ................... ... Maximum enclosinq tube diameter 2.0 inch _._. _ ... _........ ................. Pump lubrication Enclosed shaft Minimum column wall thickness 0.25 inch, Steel Discharge flanqe ratinq Plain Endmm --- Type of packing or seal Graphite UP Storm Water Pump Station Pump Repl/Araucto 8 - 1 July 11, 2018 Project Number: D20048 Bearing lubrication Oil approved for use in environmentallv sensitive areas Sunction strainer Yes Antivortex sunction bell Yes Pump manufacturer and model Peerless Hydro-Foil 18 PL with Impeller T83846 Maximum Pump capacity 7,269 qpm TDH 13 ft 8-30.3 Construction Requirements Removal of existing pumps and installation of new pumps shall be coordinated in such a manner that one pump remains operational at all times. Contractor shall remove, replace, install and make operational Pump #2 before removing Pump #1 . The general design shall be such that all components are easily disassembled and replacement parts are readily available. Pump shall be vertical turbine type pump operating under the service condition specified herein. No consideration will be given to equipment, which has not demonstrated its reliability and efficiency through results obtained from operation of similar units of approximately the same capacity and type under similar circumstances. Fabricate and provide new steel sole plate for each pump and shall be mounted on existing cement concrete wall, bearing on three sides of the plate and shall support the full weight of the pump assembly including motor, elbow/discharge, column, shafting, pump bowl assembly, and pump thrust. Sole plate shall be one piece and have minimum of two supporting beam, and steel brackets to securely bolt the assembly to existing concrete walls. Sole plate shall be constructed in a manner that allows removal of the pump and elbow assembly without removal from the wall. Sole plate, support beams, and angle brackets shall made from carbon steel meeting the requirements of ASTM A-36 CSA G40.21 44W. Bolts securing the assembly to sole plates, brackets, and concrete wall shall be high strength low alloy steel and all nuts are heavy hex. Sole plate will be constructed as drawn on Pump Assembly Detail in Appendix A-1 . Lifting lugs shall be integral with the steel sole plate, and be capable of supporting the entire weight of the pump assembly. Each component shall have lifting lugs capable of supporting its own weight. Refer to Appendix A-1 for general dimensions of the pump station, Contractor shall field verify all dimensions prior to fabrication. Provide new coupling to connect new pump assembly to existing outfall pipe. UP Storm Water Pump Station Pump Repl/Araucto 8 - 2 July 11, 2018 Project Number: D20048 8-30.3(7) Pump Assembly PUMP: Pumps shall be manufactured by Peerless, model 18PL with Impeller T83846 and meet the operating conditions specified in Section 8-30.2. No alternates or substitutions will be considered. The total pumping head does not include losses in the pump, which must be allowed for by the Contractor. The efficiency of the pumping unit shall be as high as correct design and good engineering will permit. All things being equal, consideration will be given to overall pumping costs. MOTOR DRIVER: The electric motor shall meet the specifications listed in Section 8-30.2 and shall be induction type with a squirrel cage rotor, full voltage type starting, powered by an existing electrical service rated at 480volts, 60 hertz, 3 phase, 175A. Each motor shall be shell type design, housed in an air filled, watertight chamber and be capable of driving the pump under all head conditions without exceeding the rated capacity of the motor. Motor shall have class B insulation, 1 .15 service factor rated ambient at service factor load. Motor shall be supplied with a non- reverse ratchet. Motor shall conform to IEEE and NEMA, standards. Motor design shall be premium efficiency style. The motor thrust bearing shall be designed to carry the hydraulic thrust plus the weight of the shaft and the impellers. The thrust bearing life expectancy shall have a five year average rating based on 24 hours per day usage. The motor shall be capable of carrying momentary up thrust equal to approximately 30% of the total down thrust. Bearings shall be oil lubricated as per these specifications or other Engineer approved manufacturer recommendations. All pumps are to include an engraved non-corrosive metal nameplate on the exterior of the pump head or body (duplicate attached to pump support flange or shipped loose if submersible), readily accessible without requiring any disassembly. The nameplate shall include, at a minimum, the following information: Pump Manufacturer Nominal Power (HP) Pump Model Voltage Number Phase Pump Serial Number Cycles (Hz) Impeller Number Speed (rpm) Impeller Trim Full load amps Design TDH (feet) Supplier Name and Phone Number Design flow (gpm) Date of Manufacture The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the junction box without the need of any splices. The power cable shall be of a shielded UP Storm Water Pump Station Pump Repl/Araucto 8 - 3 July 11, 2018 Project Number: D20048 design in which an overall tinned copper shield is included and each individual phase conductor is shielded with an aluminum coated foil wrap. The outer jacket of the cable shall be oil resistant chlorinated polyethylene rubber. DISCHARGE HEAD ASSEMBLY: Discharge head shall be of cast iron or fabricated steel below base elbows/discharge. Discharge head shall be connected to existing outfall pipe with ROMAC IC400 discharge flange or approved equal meeting these specifications. Discharge flange shall physically and electrically isolate one pipe from the other, meeting AWWA Standard C219 and shall have minimum 300 PSI working pressure. The end rings and center ring of discharge flange shall be made from ASTM A 36 steel with Nitrile Butadiene Rubber (NBR) compounded gasket meeting the requirements of ASTM D 2000. Insulating boot gasket shall be made from virgin Ethylene Propylene Diane Monomer (EPDM) in accordance with ASTM D 2000 MBA 715, Bolts and nuts shall be high strength low alloy corrosion resistant steel per AWWA Standard C-111 . Threads shall be protected with plastic caps on all bolt ends. Discharge flange shall be coated with fusion bonded epoxy in accordance with AWWA C213-15. A cast iron stuffing box shall be provided,with a bronze removable stuffing box bushing, 316 stainless steel split gland, T-bolts with stainless steel clips and brass nuts. Stuffing box shall utilize a minimum of five synthetic (Garlock 8913 or equal) packing rings, compressed around the pump shaft and lubricated by oil. A two piece top shaft shall be threaded and coupled just above the stuffing box (on column setting 50 feet or less). COLUMN ASSEMBLY: Column pipe shall be furnished in interchangeable sections not over 10 feet in length and shall be connected with threaded sleeve type couplings or flanges for larger diameters. The actual column lengths shall be field verified by the pump manufacturer, calculated so that the bearing spacing intervals shall not allow operation within +/-20% of the first critical speed. The friction loss in the column shall not exceed 5 feet per 100 feet of column, based on the rated capacity of the pump. The weight and size of the column shall be no less than required in AWWA Spec E101-1 . The line shafting shall be AISI 416 stainless steel of ample size, a minimum of 1 3/4" diameter, to operate the pump without distortion or vibration. ELS shall be arranged for oil lubrication with 2-gallon oil container equipped with solenoid operated oil metering valve equipped with temperature compensation. UP Storm Water Pump Station Pump Repl/Araucto 8 - 2 July 11, 2018 Project Number: D20048 BOWL ASSEMBLY: The pump bowls shall be of close grained cast iron, having a minimum tensile strength of 30,000 pounds per square inch, free from blow holes, sand holes, and all other faults. Bowls shall be accurately machined and fitted to close dimensions. Bowls are to be coated inside with a smooth vitreous enamel to reduce friction losses; corrosion and sand wear in the water passages and thus give better efficiency. Each intermediate bowl shall be constructed by using both a bronze bearing and a neoprene bearing to support the impeller shaft, thus giving the longest possible life, based on the widest range of pump conditions. All bowl fasteners shall be of stainless steel. Bowls shall be fitted with a resilient neoprene ring, reinforced with an imbedded steel core, installed in the bowl directly below the impeller skirt. This lateral bowl wear ring is to reduce the wear of the impeller skirt, and maintain the as new capacity and efficiency by periodic adjustment of the lateral clearance from top shaft nut at the top of the motor. The impellers shall be of the enclosed type, only made SAE 40 bronze, and accurately machined, finished, and balanced. Semi-open impeller designs are strictly prohibited. Impellers shall be securely fastened to the impeller shaft with steel taper lock bushing or split rings and keys for larger bowls. The impeller shaft shall be 316 stainless steel with not less than 12% chrome. The impeller shaft shall be supported by a combination of water lubricated, fluted rubber and bronze bearings. The suction bell/manifold shall incorporate an integrally cast bearing housing with an SAE 660 bronze bearing and cast iron manifold plug, The suction bell bearings shall be permanently packed with grease (unless in abrasive service then a clean water flush is required). Sand collars of bronze shall be provided for protecting both the suction bell/manifold bearings and the top bowl bearings from abrasives in the water being pumped which could settle when the pump is idle. STRAINER: The suction bell/manifold shall be fitted with a cone type strainer or vortex suppressor of 316 stainless steel. The openings in the strainer shall be of proper size to exclude anything large enough to clog the impeller. The open area of the strainer shall not be less than four times the impeller eye area. All mounting hardware for clipping the strainer to the suction shall be 300 series stainless steel. 8-30.3(1)A Level Regulator All three existing level regulators and lead cables will be removed and replaced with three new level regulators including new lead cables, and terminated to existing terminal box. UP Storm Water Pump Station Pump Repl/Araucto 8 - 3 July 11, 2018 Project Number: D20048 The level regulators shall be mounted in according to the height specified in Appendix A-1 , measured from the sump. Therulato controls as follow :e ..... ...... ...................... --....._._.........._ Switch Operation Note L-FLT Pumps Off Normally Closed H-FLT Call Lead Pump Normally Open - -........................................... - .................. HH-FLT Call Laa Pump Normally Open The level regulator cables shall be secured to existing pipe at spacing no greater than 12 inch. The level regulators shall be ENM-10 part number 5828830 made by FLYGT a xylem brand, with 42 ft long lead cable; or approved equal meeting the following specifications herein configured as noted above. The level regulator casing is made of polypropylene and the cable is sheathed with a special PVC or Nitrile/PVC rubber compound with bending relief constructed with EPDM rubber. The plastic components are welded and screwed together. Adhesive shall not be used in the manufacturing of the level regulators. The level regulator shall be appropriate for use in liquid with temperature ranging from 32 `F and 140 °F and with density between 0.95 g/cm3 to 1 .10 g/cm3. Interrupting capacity of micro switch in level regulators to meet the following requirements: AC: 250 V/10 A resistive load AC: 250V/3 A inductive load at coso = 0.5 DC: 24V/ 10mA min., 6A max. The level regulators shall meet the approvals of CE, CSA, SEMKO, NEMKO, DEMKO; and LVD approval per EN61058. 8-30.3(2) Welding Procedure and Welder Qualification for Pump Construction Welding shall comply with the ASME Boiler and Pressure Vessel Code, Section IX. Provide full penetration welds. Open seam but welds are not permitted. 8-30.3(3) Painting and Coating Coating materials shall not be used/applied until the Engineer has inspected the materials. All primer and finish coatings shall be as manufactured by Tnemec Company Inc., Sherwin Williams, or equal. Unless otherwise specified, prime coatings may be shop or field applied. Shop applied primer shall be compatible with the specified system. All fabricated assemblies which consist of two or more parts shall be coated individually so that all assembled joint surfaces are fully protected. Coating on each individual component shall be completed UP Storm Water Pump Station Pump Repl/Araucto 8 - 4 July 11, 2018 Project Number: D20048 I prior to system assembly. Surfaces damaged during final erection and assembly shall be repaired as directed by the Engineer. If the shop coating meets the requirements of this section, the field coating may consist of touching up the shop prime coat to achieve the film thickness, continuity and coating specified in this Section. Damaged and poorly applied shop coatings that do not meet the requirements of this section shall be removed and the surfaces recoated in accordance with this section. Coat interiors and exteriors of pump columns, shaft enclosing tube, discharge heads, bowl assemblies, and suction bells. Apply coating at factory. Do not coat stainless steel or bronze pieces. The prime coat shall be minimum 3-5 mils dry Tnemec Series 161 -1211 Red, or Sherwin Williams Recoatable Epoxy Primer B67R5 Red. The i pumps and motors will be primed and painted with an initial top coat by the manufacturer. Any scratches, chips, etc. to the prime coat of any piping, valves, fittings, etc. occurring during construction shall be touched up in the field prior to final coating. All piping, fittings, valves, pumps and motors, etc. shall be thoroughly cleaned of all grease, rust, dirt and tar and dry prior to the final coat being applied. All areas except for the areas being coated shall be masked off or covered with plastic. The Contractor shall apply one final coat with Series 69 or Sherwin Williams Macropoxy 646 FC, 3-5 mils dry on all pipe, fittings, valves, pumps, motor, etc. Color shall be selected by the Owner from a color chart supplied by the Contractor. The completed work, as a condition of acceptance, shall be free from runs, skips, mars and any other disfiguring mark due to faulty workmanship or faulty care of the completed work, and shall be free of film characteristics or defects that would adversely affect coating performance. It shall be the responsibility of the Contractor to ensure that all surfaces are prepared as specified herein and in accordance with the written recommendations and the directions of the paint manufacturer whose paint is being applied. All surfaces to be painted shall be in proper condition at the time the work is in progress. Work areas shall be reasonably free of airborne dust at the time of application and while the coating is drying. Allow each coat of paint to dry and cure thoroughly before applying next coat. Follow the coating manufacturer's recommended dry time. Finish coats shall be uniform in color and sheen without streaks, laps, runs, sags, ridges, or missed areas. Apply sprayed coatings uniformly at the spreading rate required to achieve the specified dry film thickness. UP Storm Water Pump Station Pump Repl/Araucto 8 - 5 July 11, 2018 Project Number: D20048 The Contractor shall correct finish coat defects to the satisfaction of the Engineer. Touch-up of minor damage shall be acceptable where result is not visibly different from adjacent surfaces. Follow Paint Manufacturer's recommendations for preparation and application of recoats. Recoat entire surface where touch-up result is visibly different in sheen, texture or color. Repair in accordance with the Paint Manufacturer's recommendations all coatings that exhibit film characteristics or defects that would adversely affect performance of the coating system. Subject to compliance with the Specifications contained herein, approved manufacturers offering coating system which may be incorporated into the work include the following: a. Tnemec Company b. Sherwin Williams Tnemec Company, Inc. and Sherwin Williams paint products are listed. All colors and types of paints indicated are Tnemec or Sherwin Williams coating systems. All coating applications shall be to the manufacturers' standards, specifications, requirements, and recommendations. The coating system shall include: A. ALTERNATIVE SYSTEM 1 — TNEMEC 1 . Primer: All areas shall receive one coat of Tnemec Series 161- 1211 Red, applied at 3.0 to 5.0 mils dry film thickness. 2. Finish Coat: Tnemec Hi-Build Epoxoline 11 Series N69, at 4.0 to 6.0 mils dry film thickness. The total dry film thickness of the completed exterior paint coating system shall be a minimum of 9 mils. Finish color to be light gray. B. ALTERNATIVE SYSTEM 2 — SHERWIN WILLIAMS 1 . Primer: All areas shall receive one coat of Sherwin Williams Recoatable Epoxy Primer B67R5 Red, applied at 3.0 to 5.0 mils dry film thickness. 2. Finish Coat: Sherwin Williams Hi-Solids Polyurethane, applied at 3.0 to 5.0 mils dry film thickness. The total dry film thickness of the completed exterior paint coating system shall be a minimum of 9 mils. Finish color to be light gray. 8-30.3(4) Submittal The following information shall be submitted for approval prior to fabrication. UP Storm Water Pump Station Pump Repl/Araucto 8 - 6 July 11, 2018 Project Number: B20048 A. Provide shop drawings for the sole plate showing location and thickness of all plates, members, and welds. Sole plate dimension shall be as specified in Pump Assembly Detail in Appendix A-1 . I 8-30.3(5) Shipment and Storage Pumps) may be factory assembled if the overall length does not exceed 20 feet from top of discharge head to bottom of suction casing. The motor(s) and motor shaft of the two-piece top shaft shall be shipped un-mounted for field installation by contractor. Longer pumps shall be shipped for assembly in the field. Prepare equipment for shipment including blocking of the rotor when necessary. Identify blocked rotors by means of corrosion-resistant tags attached with stainless steel wire. The preparation shall make the equipment suitable for six months of outdoor storage from the time of shipment, with no disassembly required before operation, except for inspection of bearings and seals. Identify the equipment with item and serial numbers and project equipment tag numbers. Material shipped separately shall be identified with securely affixed, corrosion-resistant metal tags indicating the item and serial number and project equipment tag numbers of the equipment for which it is intended. In addition, ship crated equipment with duplicate packing lists, one inside and one on the outside of the shipping container. Pack and ship one copy of the manufacturer's standard installation instructions with the equipment. Provide the instructions necessary to preserve the integrity of the storage preparation after the equipment arrives at the jobsite and before start-up. Store and protect pumps per API 686 (first edition), Chapter 3, paragraphs 1 .4 through 1 .9, 1 .15, 1 .17, 1 .20, and 1 .21 and as described below. Coat exterior machined surfaces with a rust preventative. The interior of the equipment shall be clean and free from scale, welding spatter, and foreign objects. Provide flanged openings with metal closures at least 3/16-inch thick, with elastomer gaskets and at least four full-diameter bolts. Install closures at place of pump manufacture prior to shipping. For studded openings, use all the nuts needed for the intended service to secure closures. Provide threaded openings with steel caps or solid-shank steel plugs. Do not use nonmetallic (such as plastic) plugs or caps. Install plugs at place of pump manufacture prior to shipping. UP Storm Water Pump Station Pump Repl/Araucto 8 - 7 July 11, 2018 Project Number: D20048 Clearly identify lifting points and lifting lugs on the equipment or equipment package. Identify the recommended lifting arrangement on boxed equipment. Wrap exposed shafts and shaft couplings with waterproof, moldable waxed cloth or volatile-corrosion-inhibitor paper. Seal the seams with oil-proof adhesive tape. If electric motors are stored or installed outside or in areas subject to temperatures below 40°F or are exposed to the weather prior to permanent installation, provide the manufacturer's recommended procedures for extended storage. Inspect electrical contacts before start-up. 8-30.3(6) Pump Installation Install equipment horizontal and vertical within 0.002" per foot tolerance and according to the manufacturer's written instructions and the contract documents. Confirm that pumps are set to meet the vertical alignment requirements established by the manufacturer and existing outfall pipe. Sole plate shall be full bearing on existing concrete wall on three sides as drawn on Pump Assembly Detail in Appendix A-1 . Pump base plate will be provided with vertical leveling screws. Do not use shims and wedges. Remove existing bolts and grout level the top of concrete walls in preparation for the pump assembly installation. Provide the manufacturer's recommended lubricants and operating fluids and verify that each piece of equipment contains the amount recommended by the manufacturer. Lubricant shall be oil approved for use in environmentally sensitive areas. Provide threaded caps for protection of nuts and bolt threads on the bolts and nuts of the column pipe flanges and bowl flanges. Verify that the installed pump is fully self-supporting before bolting pipe flanges, so that no strain is imparted on the flanges, outfall pipes, or pipe supports from the pump assembly. Adjust the position of the pump assembly so that the pump discharge flanges are plumb and aligned with the adjacent pipe flanges. Do not use temporary shims orjacking nuts for leveling, aligning, or supporting equipment. When the alignment is correct, tighten the foundation bolts evenly but not too firmly. Then grout the unit to the foundation. Do not tighten foundation bolts until the grout is hardened a minimum of 48 hours. Provide continuous protection of the installed equipment from the elements, dust, debris, paint spatter, or other conditions that will adversely affect the unit's operation until such time as the equipment is scheduled for start-up testing. UP Storm Water Pump Station Pump Repl/Araucto 8 - 8 July 11, 2018 Project Number: D20048 i Pump installer's startup technician shall sign a Certificate of Proper Installation (COPI) after a site visit to confirm tolerances have been met after pump installation. Startup shall not begin until contractor submits signed COPI form in to the Engineer for their approval to move forward with startup. MOUNTING AND ALIGNMENT OF VERTICAL SOLID SHAFT DRIVERS Before mounting the driver on the discharge head/driver stand, check the register fit, if furnished, and the mounting face on the driver for acceptable tolerance on runout and squareness, respectively, using a dial indicator mounted on the driver shaft. See ANSI/NEMA MG-1 . Next, check the squareness of the face of the driver coupling half, mounted on the shaft with a tight fit and seated against a split ring, using a dial indicator on a firm base. With the driver bolted to the discharge head, mount a dial indicator on the driver shaft above the coupling half and sweep the bore of the stuffing box. If excess runout exists, some adjustment can be made at the driver mounting fit and the stuffing box mounting fit. Before installing any additional coupling parts, check the driver for correct rotation, as given in the manufacturer's installation instructions. Next, mount the pump half coupling, shaft adjusting nut, and coupling spacer if applicable, and raise the impeller in accordance with the manufacturer's instructions. Then secure the coupling bolts. Make a final check of the shaft runout below the pump half coupling with a dial indicator. If the runout is within acceptable tolerances, check the tightness of the driver hold-down bolts. If dowels are Used to secure the driver location, then redoweling is required after disassembly/reassembly, since tolerance buildup in the multiple vertical joints results in alignment variation. 8-3O.3(6)A Electrical Wiring Check the insulation resistance of existing electrical wiring. Wiring with insulation resistance of less than 50 megohms between the conductor and ground may be required to be replaced. If existing electrical wiring are too short to reach the pump terminals, or as directed by the Engineer, existing electrical wiring shall be replaced. When existing electrical wiring are replaced, new wiring shall be installed using existing conduits. Electrical wiring shall be the gauge and type per the manufacturer's recommendation. New wiring insulation resistance shall be measured. Reject if insulation resistance is less than 50 megohms between the conductor and ground. 8-30.3(7) Testing/Start-up The pump and motor shall be installed in strict compliance with the pump manufacturer's instructions. The bowl assembly shall be performance tested in the pump manufacturer's test lab prior to shipment. Testing will include checking UP Storm Water Pump Station Pump Repl/Araucto 8 - 9 July 11, 2018 Project Number: D20048 the equipment at sufficient conditions of head and capacity as to firmly establish the actual performance curve of each pump using the Affinity Laws. The limitations and guidelines of ANSI/HI 14.6 Level 11-1 shall govern the testing procedures and the rnrrelat':nn of all test data. All test instruments and gauges shall be regularly calibrated within the guidelines of the Hydraulic Institute by the pump manufacturer. Testing of pumps shall be performed with a calibrated dynamometer or with calibrated test motors provided by the pump manufacturer. The curves generated as a result of this testing shall include the pump capacity, total dynamic head, calculated efficiency, brake horsepower, and the equipment operating speed. Certified copies of all test results shall be provided with the order. Bump motor to ensure that motor has been connected for proper rotation prior to coupling pump. The correct motor rotation shall be confirmed prior to installing the top shaft and the impeller lateral adjustment shall be in accordance with the pump manufacturer's instructions. Conduct vibration level tests with pumps operating at their rated capacity. Adjust or replace pumps that exceed the maximum vibration levels. Assure that each solenoid valve on the seal oil supply line opens and closes when its respective pump starts and stops. Start and stop each pump twice and verify that the pump/solenoid interlock functions. Assure that each pressure switch will shut down the pump if oil pressure is lost. Demonstrate that the pumping units, drivers, and control system meet the following requirements: 1 . The pumping units operate as specified without excessive noise, cavitation, vibration, and without overheating of the bearings. 2. Automatic and manual controls function in accordance with the specified requirements. 3. Drive equipment operates without being overloaded. Three copies of the O&M manual shall be provided to the City, following complete installation, each in a separate 3-ring binder. O&M manual shall include a list of part used to complete the installation and required maintenance to operate the pump assembly and recommended frequency. 8-30.3(8) Warranty All equipment described in this section and provided under this contract shall be warranted against defects in materials and workmanship for a period of three years after date of substantial completion. UP Storm Water Pump Station Pump Repl/Araucto 8 - 10 July 11, 2018 Project Number: D20048 i Following motor installation, supplier shall furnish services of a qualified manufacturer's representative to inspect units and inform the City of Kent, prior to field testing, of any defects or concerns regarding condition of each unit and its installation at the job site. Upon resolution of any defects or concerns (if any) and work performed by the Contractor at their expense, manufacturer's warranty shall then be in full effect with no reservation or qualifications other than those stated in the manufacturer's warranty. 8-30.3(9) Certification Provide a written certification from the installer that each pumping system has been properly installed according to the Contract Documents and the manufacturer's recommendations, and that the equipment is operating normally. Make all necessary corrections and adjustments including but not limited to parts, labor, tools, equipment, or freight at no additional cost to the City of Kent. 8-30.4 Measurement No measurement shall be made for labor, materials, tools, supplies, equipment, freight, and delivery and shall be considered incidental to the various items of the Contract. Remove Existing Pump Assembly will be measured per existing each pump assembly completely removed. Vertical Turbine Pump Assembly will be measured per each new pump assembly installed, completed, tested, certified and operational. Remove and Replace Existing Electrical Wiring will be measured per linear foot of wire run installed for new wiring to each pump regardless of the number of conductors required for each pump. Remove and Replace Existing Level Regulators will be measured per lump sum. 8-30.5 Payment Payment will be made for each of the following Bid Items that are included in the Proposal: The contract price per each for "Remove Existing Purnp Assembly" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to disconnect, remove, haul, and dispose of the existing pump assembly, vertical turbine pump, oiler, column, grates, plates, couplings/flanges, and all other work necessary to prepare for the installation of new pump assembly and as described in these specifications. UP Storm Water Pump Station Pump Repl/Araucto 8 - 11 July 11, 2018 Project Number, D20048 The contract price per each for "Vertical Turbine Pump Assernblv" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to deliver and install a new vertical turbine pump assembly including motor, oiler, sole plate, driver, elbow, coating, discharge flange, column, electrical connection, oiler, strainer, anti-vortex, bowl unit, coating, connecting to existing outfall pipe, testing, certification, and all cost incurred to carry out the requirements of Section 8-30 except for those costs included in other items included in this Subsection and are included in the Proposal. The contract price per lump sum for "Remove and Replace Existin� Level Regulators" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove and dispose of all existing level regulators and lead cables, and install new level regulators, including lead cables, and all cost incurred to carry out the requirements of Section 8-30 except for those costs included in other items included in this Subsection and are included in the Proposal. The contract price per linear foot for "Remove and Replace Existing Electrical Wiring" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove and dispose of existing electrical wiring, and install new wiring, and all cost incurred to carry out the requirements of Section 8-30 except for those costs included in other items included in this Subsection and are included in the Proposal. UP Storm Water Pump Station Pump Repl/Araucto 8 - 12 July 11, 2018 Project Number: D20048 LOCATION MAP, SITE DETAIL, PHOTOS OF' EXISTING PUMP STATION, WIRING DIAGRAM RECORD DRAWINGS PUMP ASSEMBLY DIETAIL, AND INSTALLER CERTIFICATION FORM UP Storm Water Pump Station Pump Rep[/Araucto A - 1 July 11, 2018 Project Number: D20048 ...... u_ _ ............. m...___ — .._.�..._... .. S 9t W Saar$t City of Kent Kent inn _ :j UP Storm Water Pump Station pi EN Pump Replacement 27r°,e ai aLa�r i,�4 y a , P/ cA+ 0 of o^ ,r 167 arr Revised July 13, 2017 PROJECT LOCATION — u) b S261St 1 ivainimimwuarwur�umj... Q S 26" - t � r- y S 269 St i l ,:, �rrrv(� a �,nn1�2rA?rrnAWj� N ummprursm,a�imrrmnvr �'4. S 2/'2 5t I. { "'�iiemmmu�,®oif@ (\ z9ri NOT � Va"'PD TO 1 (\/67 f Ina%Il { PROJECT LOCATION d'�� � ur �,RaiinraA�;wrlf,rs®uu,n� ir,ua�mrum,rtr�evr;�mnmi:aniul,wm+ni�r�umunuwumiwnraamru,nr�mnunounnrrv�rr f. ,..,re1� 4,7 r — iNr fj IfJk)e(f1((YGr�IDInliP9glpW �P � ;{ry, NO v,ID V q J1J{����iAkIOYIY�Y4fiIpOkl� boffo 1n 4P�p�G& pin°� n�nunamru�w,�J X N7 ,�I Map Index.Numbce� rYl �b'�(� t ��r RV fYdd lP tlC I� flNVuci Gd fr wj� I "ti ^' VYr�` ri�//✓�'«/y ` f�iK r� Nda Ibrh WWIpti « rlf w r 6 G a r� �A�ak FP,k) Ftt4kG dff rl Pip iAIr ;tu «✓ r�i r� r � y d�CgAi e PIFn��,{ Pfir � it r A l r f a nd"�'� �d1GNh1160 a klddtl Nud4/N14 o6dJ Irr r/r rr I A' * 1 vApA i g fIr lN^�.Nr r/✓>ri /�/////f/q//r%„r ��� r (' � a fi A �I p �1 JiNt0 r / !I,I o, i ` . A"f J+ V„Afit,,� r Wd�ld9G1lrff NAr �!r ^r 1 AA w ij / ��% ra ° iY �[W6JI,G14C 09 �pOCNrtlI f � Ir ✓14 J� �o li 6 J r q?/1/rt r� / ✓ r /G/ / //r/�/� // ! r rrl/�f/U ✓ / I 3gM�1211M3 ' r /�� ��` r r> / ✓r r Gl Y / . w AYV.o,� 'W'gi(��RA P q ri N r W i %! f o/ IyvO l'U lr �� � '� N ✓n li >r' % 4ja� k `r,�iffte(, ,!µ�, N/%N l l y r r r 14A� j`� �N�, Af PA �AiA. J lay ri I r , � //%j r � ���I f 1, dN"✓� ,, � i r � i ; f � i j / r//i,,, I ...,.,.i L t W i EV II morI ' / I ) ��9 4� r V�r r /r ` /�rrr I%f r 1�f' U 1 r �i r r �V✓ ✓' l6lr N $ t ud o «' G 21S w lry'C i�o //i/A r r/ /%�/� J'rf'////G2lPO%�%%Oriflr" r «i r, °l9i l✓MM r,;,�« , ,v //JJJ rlYrU"��/Ov9uriVJ%fanuA/%r �i/i/90ur��i I�9 N�!«1 II i{ aC/rAr J 4411, l i`iJf /� 9 yr' P,^) I/ 1 1 i C 1 f .✓ W y Jr � 3"ti Pl�t/ky � �y�l V �, �t "/ ^no-q,�yt� ��ro ✓r�ti i�y�6 y� ��� i r✓yP� �N , �i�� „ � J��r� 4f �'Wg d�� q g p�p�Vyl T q � h u V1�39Nw y m t � E H 4 � W i o, C E 1 W� 7MNF ,� IIVJ q �"SEA 1 L 1 1 1 I Yvi 14a a yr �Pr Ire n 'bU"IaEa '�• � s� a M � l a I I''�'J � � ,,} p r „ r a ar t h � r P 'h✓y'h + k" ��r rb' ' ;fig,. �..IIn�r v iu1�Wx ,� fi c y M1�� '��a�� A`Yk�k a��h• � � py tl d ✓Y pa p�/klh Y i �' � / � � a pl� � � � � "4i ✓ x � fi�6� I, k �,��a�'s�aow, (, �`��� a s s � � ✓ !� 9itsyllp� ,� »ti � Vn r 1'� I �ro �a �,� �"'r� I r I �I a l�» �i 1 !� i rn �" r A � ✓. � r fi/�,, a y ✓ ;�wY td �� P" .w`" Ja�mp: R n ✓ 1 p, ✓ r�rc Y� J1�'� f"✓ � �� ��rc / I ��fY 1'1 �✓f V. � 4 0l �� .,� irl r l—, � �c, 1 � i � �.✓/u )F((M N,a "V � Ar icy. p k h�tl ✓ 7 � �nr4Ff �y��� 5P ro: I W � 1✓ 4�"1 fN✓", dr' i 'YyySu ��I. : f F -,, r I'm r F �Vu i " :+rar y✓y rr".JuF, � � ✓ ✓i l e � � '� � w 1 ,6�gro a N1� ' Bi N,If � d^ �Ppsf„� rFi �Vr✓ i ✓ ' Y�;`u 'y�pi, ¢ � r- r f 1 e II yA y {d6f w 1 �ur tl47d YPV�4i %/ � ��� ✓i �: ✓�'1� �� '�^ � � �" �, f taw( ° ' �' 'f ,✓✓/� �� ,„�✓ f rFt ,F ' n u p ! �/ � I ✓ 'N v3� Y I�IF � 1✓, �+� V " InIDM �J OJ � W �mq^ W tV 15 � ri d f u� �� 1 "�trY ��✓`+ "� � 1 � IF N bI yp�� T1 VA i�Y lit �� �,�ny�m"�G+rv� y A ♦'I1ANn r rl/" ��� �✓(>� �6) 9� fa'.` W �M 1N F � a�.pJ h Y� Y x�' Y .. �I fl v ✓1r ��"4w �1 ✓✓ �' '�' aro a1M� � fa4�w, jf�9�: +� 4 a, ,� y ✓7� r � 1 jir� �,j n,,; F i �vµµ�/(�j� 4 �d�`�, � � f� � ��A" � ��1 ice: r�i✓ �� o'� Il �dwlFE�d '��, : Itl. �6✓ , 0 ,r��nkk n'✓ A'" � I °�,'" ��' A L g�17y,ewe aC ,�a.lay x .II�';�f rN LII X O�dgm k 11"w!"ll ?/G , A6 , e u � aif wru'rw,'xwxw.ewvru�'wYwr� � nU '.• e 010 xxn � w @y�rygyrylpl�OlAImIIIUV �& unAlIlt �,Wk L tl Ck a tl K �k i ,V L � G ,,pw,a�wmimuwuMomoWW O ,NiUr 7 ;. Y. 14 ,p a Y / ^ v o YEA r41" 2 f / � a yWpm &• r / r Y l S� I .I t � r "tt� iFN' as.a :.w<" 1✓! � •.. , 8 l';%1/� � � � � �I Np�i i iIIIIIIIIIIIIIIIIIIIVillllllllllllllll IIIII I II Il l�iii�11 ii�j 'n fl ra- 1� iF � 6 w N+ ibl' F Am�...,. � ,I a „ / iA //�� fa � ��/ ff ; e ° 0 ✓% fir vl r ir pr '✓ / '�^i�4, �f a✓ J r! ,fr � II e �Irn f f f I " ui fi t // rrvOr// � l ✓ d / Oyes { r I a y �// �/� f l/� ✓ e fi r ✓. - r/ Pv� Mi/1 ✓ �i A'il„r U%' r t rl✓r�IRiP` di^ ( �"���V� 'u,Vm'� � map Y%a'/rv✓�Vafµd 4ttrJ( ,i '1' r Y / k y4 '+' /�✓' Y 4 r rr,�✓� f r�y��+�S"! W�� � lip"�y ,Y�, r✓ �lfw�'p rVp a � /r ,p, f � p r �T p in f✓ i - u / 0 MIND' �Y f jjj VN If �m x it �fO r; i �. � V / a i r r� I d p iI�V� .^ n l Im M 7 e m yMF'� 4 f/ � �y / ,i AF ✓ n ry �4 ` op� J V f✓ `� '� o b � I ;� `°�'rfi r ✓ rJf��2 w x 9w , /y "� 6�� ,y � p �dl✓ ✓x � � r rp „ + xw w r ryV� t: ea�,"k 4�6 l��r^� a� D✓��� )°i ��`"w����)iP"Yt r!v r " r V�✓?; "�� d�r � i��Vryu.�l�fl��"�,ryx�/ d �a�M1�"i`` ti � � rcr F �e s e r✓�iBB`j�+Yr r� '' i;rr v � r�h'✓ ��u V AT �� i//iV�yd'� (A/#�rf l���yV�U" f r� ✓ b 4 i i�p ,V�. `/ ✓ V V ��i i,' �/14✓�/ �Vl� �ly�s9� �`r ° 9 ,, rM1o ' i r � i ��VN✓ nv ,>�tl G}4 iN%V� � 1 ✓ �n „FV d a � i.. y � � �n�`� � a 1 `4r�V� I �' �= q �,�Y i. � vb '� f% �� , t, � �' � ��� �%� �;; b � �,,i �� � k v F�, r�'- +j1. � " �� ry% W � k �° ` 'l� �� � � f ✓', I � 1/f /; i P � � , % � ,`��, r �%� ll� ��i�r i i�� � �� / ��ilr � ' 1 �' �� �, "� ,�� �� Ili, +%i B � � ri ��F � �i ;,� i i' � '� i i ���i�u� I y�� Idly � � �� �(I���� �� �� I a ��, � i, �-��� i /, P ii / �(d y �i � ' � ��, d / ''6�°" � u��l �� �l ir� A, H ���/��r , a ,, �����1 f ������ �,,i,%,fir,f/�/� 'r � �� i��� � Ili '��� �� � f���%% 1 f if if ,� ��I��� i ,w ,, � , ,� � S G 7 f�ll �� �� ���� l � �1 s �i� j �. ""� i, i �. r , iPy p� ✓ i/ wgy,' /� �/ / i//'dap'�'� d� v v1 Me r f f lAgk Po i,zI lo4, Nj r . ; rJre r u i � d P (� v / i e Ar II / 1F J r I p ¢ s � N rc � a; x m �rx n Ulm ty9< w��hy J 4SIrY a n'1 �t v � O� v . o gza rya „IG sa�avrv---- � o 9L 6 iux-tWZtv"^ um � w a J o � J O z s z s w � d o z � o Q 69" FIRST TIE DOWN 0 z s z 61" 57.5 FIRST TIE DOWN u w 0 U J Z Q 48.5 0 z 0 39" FIRST TIE DOWN 0 28" vmn City of Kent Public Works Dcpartment Engineering Division GROUND (CONCRETE) 'CALE:HE I DO NOT SCALE DRAWING ALL MEASUREMENTS ARE FROM GROUND LEVEL REGULATORS SHEET 1 OF 1 V) GI 2 �6 ga:7y yip 4�sh"r W� V Cy V' e Y x r I Mi \I b 6 � M 4 C 4 V j `V 37,x IIII I qq �, x 1 I , I NOTES: DRIVER PEDESTAL-�-�� 1. SEE SPECIFICATIONS FOR REQUIREMENTS, A. FIELD VERIFY DIMENSIONS PRIOR TO FABRICATION. 3. UNLESS OTHERWISE SPECIFIED, ALL DIMENSIONS IN INCHES WBX12 SOLE PLATE SUPPORT BEAM PROVIDE CLEARANCE FROM CONCRETE AEA WALL, 1"MAX (TYP) 7/8"� BOLT (TYP) 4.00 — SOLE PLATE BEARING ON CONCRETE 0.875 WALL (TYP) .......�.,..,,,.� -w 5/8"� THRN BOtT (tYP) BOLT "�I Y � EXISTING CONCRETE WALL TYP) y r ���� t 8" THICK, TYP j t 4.00 -«.. �� � JJIDTH=3.00 Fl DISCHARGE', I r � � � rn FIELD VERIFY "`� +'' DIMENSIONS _ ^� 5/81, BOLT AND LOCATION (TYP) LI1/2 ...-20.7g+ L� _... .. 0 75 + _ - STEEL BRACKET DETAIL I TYPICAL 0 ai _Jv Jk.u..n ,,.,�.. n 0 1,75 LINE SHAFT-- f SHAFT ENCLOSING TUBE V 016,00 ........., <� a ,a a ) x, w°0xin� m City of Kent Public Works Department +' Engineering_ Division Peerless Pump Company, Inc. -- )— - -- °' woiaNacous, IN aezm-ooze a i .� ALENONE 1 1)0 NOT SCALE DRAWING PUMP ASSEMBLY DETAIL FRONT VIEW SHEET 1 OF 3 INSTALLER'S CERTIFICATE OF PROPER INSTALLATION OWNER: EQPT SERIAL NO: EQPT TAG NO:----.-..-------------.—........ ------------. EQPT/SYSTEM: PROJECT NO: SPEC. SECTION: I hereby certify that the above-reference equipment/system has been: (Check Applicable) ❑ Installed in accordance with Manufacturer's recommendations. ❑ Inspected, checked and adjusted. ❑ Serviced with proper initial lubricants. ❑ Electrical and mechanical connections meet quality and safety standards, El System has been performance tested, and meets or exceeds specified performance requirements. Comments: I, the undersigned Installer's Representative, hereby certify that I am (i) a duly authorized representative of the installer, (ii) empowered by the manufacturer to inspect, approve, and operate his equipment and (iii) authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational, except as may be otherwise indicated herein. I further certify that all information contained herein is true and accurate. Date: Installer/Company! ..........................._............ ....... By Installer's Authorized Representative: (Authorized Signature) (Printed Name) PREVA I L I NG WAGE FATES i UP Storm Water Pump Station Pump Repl/Araucto A - 2 July 11, 2018 Project Number: D20048 Page 1 of 18 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: 07/31/2018 County Trade Job Classification Wa e Holiday Overtime Mote King Asbestos Abatement Workers Journey Level $46.57 5D 1 H —... ._ King Boi(ennakers Journey Level $66.54 5N 1C King Brick Mason ,Journey Level $55.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M King Btnldin�, Service Eiloyees Janitor $23.73 55 2F King Buil¢iing S2( viCe E�mplpyref, Traveling Waxer/Shampooer $24.18 5S 2F King Build nQ.Ser0ce Employees Window Cleaner (Non- $27.23 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $28.13 5S 2F King Ca miet Makersfln SI°ion„ Journey Level $22.74 � 1 King Carla.nters Acoustical Worker $57.18 5D 4C King Csiooenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Cararter Carpenter $57.18 5D 4C King Caaenters Carpenters on Stationary Tools $57.31 5D 4C King C912-T7ters Creosoted Material $57.28 5D 4C King, Cg7ente rs Floor Finisher $57.18 5D 4C King C 11 c;�nter's Floor Layer $57.18 5D 4C King Carpenters Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1M King Divers &Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $72.97 5D 4C King, Divers Et Tenders Diver $110.54 5D 4C 8V King Divers Ft Tenders Diver On Standby $67.97 5D 4C King Divers. & Tenders Diver Tender $61.65 5D 4C King Divers & Tenders Manifold Operator $61.65 5D 4C King Divers & Tenders Manifold Operator Mixed Gas $66.65 5D 4C King Divers & Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician King Divers & Tenders $57.43 SA 4C httns'//fortress.wa.nnv/lni/wanelnnkirn/nrvWanalnnkiin acnx 7/1n/7n1R Page 2 of 18 Remote Operated Vehicle Tender Kirig Qwdee. Wrrr key s Assistant Engineer »0.44 5D 3F King Dctdmp Workers Assistant Mate (Deckhand) $56.00 5D 3F King D Boatmen 4 SD 3F King Dre4iRt: Wtrer5 Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Da��dae Y^/oricnrs Oiler $56.00 5D 3F King Drywall Apiicatgr Journey Level $56.78 5D 1H King Drywall TALjcSrs Journey Level $57.43 5P 1E King Electrical Fixture Maintenance Journey Level $28.99 5L 1E Workers King Electricians_-_Inside Cable Splicer $76.96 7C 4E King Electricians - Inside Cable Splicer (tunnel) $82.241 7C 4E King lEtectricians Inside Certified Welder $74.38 7C 4E King Electricians Inside Certified Welder (tunnel) $79.80 7C 4E King Electricians - Inside Construction Stock Person $39.69'' 7C 4E King Electricians Inside Journey Level $71.80 7C 4E King Electricians - Inside Journey Level (tunnel) $76.96 7C 4E King Electricians Mot¢n Shgj-3 Craftsman $15.37 1 King Uectrrc; ans Motor tihop Journey Level $14.69 1 King Electricians -mPowerhne Cable Splicer $79.43 5A 4D Construction King ElectriciansM- PoweWne Certified Line Welder $69.75 5A 4D Construction .................................. King Electricians - Powerline Groundperson $46.28 5A 4D Construction .............. __ __ _ .........._ King Electricians - Powerline Heavy Line Equipment $69.751 5A 4D Construction_ Operator King Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Construction King Electricians - Powerline Line Equipment Operator $59.01 5A 4D Construction King Electricians - Powerline Meter Installer $46.28 5A 4D 8W Construction ........................ King Electricians - Powerline Pole Sprayer $69.75 5A 4D Construction King Electricians - Powerine Powderperson $52.20 5A 4D Construction King Electronic Jcchnicians Journey Level $31.00 1 King Elevator Constructors Mechanic $91.24 7D 4A King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5B 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Ftawge-_rs Journey Level $39.48 7A 31 King Glaziers Journey Level $61.81 7L 1y httDs://fortress.wa.00v/lni/wacelookUD/DrvWacielookUD.asox 7/10/2018 Page 30fl8 King Heat a Frost Insulators And Journeyman $67.93 5J 4H Asbestos Workers King Mechanics Journey Level $78.17 7F 1E King Hod Carriers &, Mason -renders Journey Level $48.02 7A 31 King In6istriat Power Vacuum Journey Level -�,—1.50 1 King nytaa� Boatmen Boat Operator $61.41 5B 1K King Inland Boatmen Cook $56.48 5B 1K King Inland Boatmen Dockhand 7 48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 5B IK King Inland Boatmen Launch Operator $58.89 5B IK King Inland Boatmen Mate $57.31 5B 1K Remote Control King Ln�sp?'qj�xl/c earl!no�5e a lj nL, Grout Truck Operator $11.50 Remote Control Remote Control Of Sewer & Water Systems By King Laborers Air, Gas Or Electric Vibrating $46.57 7A 31 Screed King Laborprs Ballast Regular Machine $46.57 7A 31 King Laborers Brush Cutter $46.57 7A 31 King Laborers Brush Hog Feeder $46.57 7A 31 King Laborers Burner ----�46.57 7A King Laborers King Laborers Carpenter Tender $46.571 7A 31 King Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.57 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 31 htfDS://6D[t[eSs.VV3.00V/lOi/vv8UelU0kuo/nrvVVaoelonb|maqnx 7/10/7018 Page 4 of 18 King Laborer Chuck Tender $�6.57 7A 31 King Laborers Clary Power Spreader $47.44 7A 31 King Laborers Clean-up Laborer $46.57 7A 31 King Laborers Concrete Dumper/chute $47.44 7A 31 Operator King Laborers Concrete Farm Stripper $46.57 7A 31 King Laborers. Concrete Placement Crew $47.44 7A 31 King Laborers Concrete Saw Operator/core $47.44 7A 31 Driller King Laborers Crusher Feeder $39.48 7A 31 King Laborers Curing Laborer $46.57 7A 31 King Laborers, Demolition: Wrecking Et $46.57 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $46.57 7A 31 King Laborers Diver $48.02 7A 31 King Laborers Drill Operator $47.44 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $46.57 7A 31 King Laborers Dump Person $46.57 7A 31 King Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers Faller Et Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 King Laborers Form Setter $46.57 7A 31 King Laborers Gabian Basket Builders $46.57 7A 31 King Laborers General Laborer $46.57 7A 31 King Laborers, Grade Checker Et Transit $48.02 7A 31 Person King Laborers Grinders $46.57 7A 31 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers, Groutmen (pressure)including $47.44 7A 31 Post Tension Beams King Laborers Guardrail Erector $46.57 7A 31 King Laborers Hazardous Waste Worker $48.02 7A 31 ----------- (level A) King Laborers Hazardous Waste Worker $47.44 7A 31 (level B) King Laborers Hazardous Waste Worker $46.57 7A 31 (level C) King Laborers High Scaler $48.02 7A 31 King Laborers Jackhammer $47.441 7A 31 King Laborers Laserbeam Operator $47.44 7A 31 King laborers Maintenance Person $46.57 7A 31 King Laborers Manhole Builder-mudman $47.44 7A 31 King Laborers Material Yard Person $46.57 7A 31 httos://fortress.wa.aov/1ni/waaelookUD/DrvWaaelookuD.asDx 7/10/2018 Page 5 of 18 i King Lataarwo s Motorman dinky Locomotive $47.44 7A 31 1 King Laborers Nozzleman (concrete Pump, $47.44 7A 311 1 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla Kin Pavement Breaker g Laborers $47.44 7A 31 King Laborers Pilot Car $39.48 7A 31 Kin b Pie Layer Lead g Laborers_-............... P Y $48.021 7A 31 King Laborers Pipe Layer/tailor $47.441 7A 31 King Laborers Pipe Pot Tender $47.44i 7A 31 King Laborers Pipe Reliner $47.44 7A 31 King Laborers lPipe Wrapper $47.44 7A 31 King Laborers lPot Tender $46.57 7A 31 King Laborers lPowderman $48.02 7A 31 � King Laborers 7A Helper $46.57 7A 31 �- - _ King Laborers Power Jacks $47.44 7A 31 King Laborers Railroad Spike Puller - Power $47.44 7A 31 King Laborers Raker - Asphalt $48.02 7A 31 King Laborers Re-timberman $48.02 7A 31 King Laborer, Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 7A 31 King Laborers......_ Rip Rap Person $46.57 7A 31 _ King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 King Laborers Scaffold Erector $46.57 7A 31 King Laborers Scale Person $46.57 7A 31 King Laborers Sloper (over 20") $47.44 7A 31 King Laborers Sloper Sprayer $46.57 7A 31 King Laborers Spreader (concrete) $47.44 7A 31 Kiang Laborers Stake Hopper $46.57 7A 31 King Laborers Stock Piler $46.57 7A 31 King I aboiers Tamper Et Similar Electric, Air $47.44 7A 31 Et Gas Operated Tools - King Laborers Tamper (multiple Et Self- $47.44 7A 31 propelled) King Laborers Timber Person - Sewer $47.44 7A 31 (lagger, Shorer Et Cribber) - King Laborers Toolroom Person (at Jobsite) $46.57 7A 31 King Laborers Topper $46.57 7A 31 King Laborers Track Laborer $46.57 7A 31 King Laborers Track Liner (power) $47.44 7A 31 King Laborers Traffic Control Laborer $42.22 7A 31 8R King Laborers Traffic Control Supervisor $42.22 7A 31 8R King Laborers Truck Spotter $46.57 7A 31 King Laborers Tugger Operator $47.44 7A 31 httns-//fnrtrPSs.wa.nov/lni/wanelnnkiin/nrvWanalnnkiin acnx 7/1n/,)nlR Page 6 of 18 King Laborers Tunnel Work-Compressed Air $92,60 7A 31 8g Worker 0-30 psi ------- ------ --- ------- King Laborers Tunnel Work-Compressed Air $97.63 7A 31' Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $101.31 7A 31 8� Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $107.01 7A 31 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $109.13 7A 31 S Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $114.23 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air _$116.13 _ 7A 31 80 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $118.13 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $120.13 7A 31 8� Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $48.12 7A 31 8� Tender King Laborers Tunnel Work-Miner $48.12 7A 31 8� King Laborers Vibrator $47.44 7A 31 King Laborers Vinyl Seamer $46.57 7A 31 King Laborers Watchman $35.88 7A 31 King Laborers Welder $47.44 7A 31 King Laborers Well Point Laborer $47.44 7A 31 King Laborers Window Washer/cleaner $35.88 7A 31 King Laborers t ride Pround Sewer General Laborer Et Topman $46.57 7A 31 Ft Water . ............ - _ King Laborers - Unden'clround Sewer Pipe Layer $47.44 7A, 31, Et Water King Lpndscajoe Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $56.78 5D 1H King Marble Setters Journey Level $55.82 5A 1M King Metal Fabrication_(In Shppt Fitter $15.86 1 Kin Metal Fabrication In ,hop _g _ Q " o� Laborer $11.50 1 King Metal Fabrication In SLi2pl Machine Operator $13.04 1 King Metal Fabrication (Ig Shauj, Painter $11.50 1 King Metal Fabrication In Sheep), Welder $15.48 1 King Millwright Journey Level $58.68 5D 4C King Modular Btbild'in s, Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King _Modular Buildinos Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 httos://fortress.wa.aov/Ini/waaelookUD/r)rvWacelookuD.a-nx 7/1O/2O18 Page 7 of 18 King Painters Journey Level —�41 60 F LZ 2B King Pile Driver Crew Tender 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker �0-30.00 PSI 44.00 PSI King Modular BuitdinpCompres5ed Air Worker 30.01 Compressed Air Worker 44.01 King Pile Driver Hyperbaric Worker - $85.35 5D 4C Compressed Air Worker 54.01 King Pile Driver Hyperbaric Worker - $87.85 5D 4C Compressed Air Worker 60.01 64.00 PSI King Pile Driver Hyperbaric Worker - $92.85 5D 4C Compressed Air Worker 64.01 King Pile Drive Hyperbaric Worker - $94.85 5D 4C Compressed Air Worker 68.01 70.00 PSI King Pile Driver Hyperbaric Worker - $96.85 5D 4C Compressed Air Worker 70.01 72.00 PSI 175 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 74.00 PSI King Pile Driver Journey Level $57.43 5D 4C King Plasterers Journey Level $54.89 7Q 1R King Ptivqround a Park Equipment Journey Level $11.50 1 King PowerEc Asphalt Plant Operators $60.49 7A X 8P King pq King Power Equipment Cocra-Lors Barrier Machine (zipper) $59.96 7A 3C 8P King �i pEcLLi Lgp.q��LtoLs Batch Plant Operator, $59.96 7A 3C 8P Concrete Equipment King Power Equip e Opf1rators Brooms $56.90 7A 3C 8P King Lowe I)g3tLij,O_peraLqLq Bump Cutter $59.96 7A 3C 8P King Power Equipment Operators Cableways $60.49 7A 3C 8P htfn-,-//6orfre�q-vv�-oov/|ni/vvAoe|ook||n/nn/VVanp|nok/m aqnx 7/10/701H Page 8 of 18 King Power' Eguipnrcnt Oucrator Compressor $56.901 ZA I 3C 8P King Power Eclurrrment_p2erators Concrete Pump: Truck Mount $60.49 7A 3C 8P With Boom Attachment Over — 42 M King Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Power E>ur arrient Oper'itg,rs Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Cguiprrrent Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To — — 42m King Power Equipment Operators Conveyors $59.49 7A 3C 8P King Powa=r CcLkji , Wit, Operators Cranes Friction: 200 tons and $62.33 7A 3C 8P over King Power Eguiprnerst.g1Zedatwrrs Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Tons With Attachments — King Power Lquiprnent Oaaerators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equr.me nth Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250' of boom including jib with attachments King Power, L(uiprneut Operators Cranes: 300 tons and over or $62.33 7A 3C 8P 300' of boom including jib with attachments King Power Fouipment Operators Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Tons, Under 150' Of Boom — (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $61.72 7A 3C 8P through 199 tons King Power E uq r cnt rptgrs Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons Kind Power LrpuipiTroerq Operators Crusher $59.96 7A 3C 8P _ - - King P nwer_kilui,prtyen[,Oper<stnrs Deck Engineer/deck Winches $59.96 7A 3C 8P (power) Kira PoweryuipTt Operators Derricks, On Building Work $60.49 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $59.49 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount — King Power_Equrfame_rat_O_peratars Drilling Machine $61.101 7A I 3C 8P ,King Power EauiDrnernt O-p_erators Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type King Power Eguioment Operators Finishing Machine, Bidwell $59.96 7A 3C 8P And Gamaco & Similar Equipment King Power Ecgwai meat 0 erators $59.49 7A 3C SP httDs://fortress.wa.aov/Ini/waaelookUD/DrvWaaelookUD.asox 7/10/2018 Page Of18 King Rm�r Equipment Opera s Forklifts; Under 3000 Lbs, $56.90 7A 3C 8P With Attachments King Power Eouinment 01>PL,2.t.aL� Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Ea�yi� perators Hard Tail End Dump $60.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over ,Forklift: 3000 Lbs And Over King Powei Eg2jpqnefjL0peL�Lga Hard Tail End Dump $59.96 7A 3C 8P Articulating Off-road Equipment Under 45 Yards Locator King Eower Eq�jjprnent Operators Horizon tat/directional Drill $59.96 7A 3C 8P Operator 10 Tons Tons And Under King Pqwer CcLujp ic i�,QL ijij2Ls Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P Over King Ojperato�s Loader, Overhead, 6 Yards. $60.49 7A 3C 8P But Not Including 8 Yards King E�gwer EgLii)me)I Ojjeratqrs Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards King Loaders, Plant Feed _�59.96 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power EqUI] ators Material Transfer Device $59.96 7A 3C 8P $0.50 Per Hour Over Kmg Rower Equiprnent2pgEa� Motor Patrol Graders $60.49 7A _8P King Power EgL��.��tral:or Mucking Machire, Mole, $60.49 7A 3C 8P Turinet Drill, Boring, Road Header And/or Shield I King Power Eqj_�ip Oil Distributors, Blower $56.90 7A 3C 8P Distribution a Mulch Seeding Operator King aqV Orm,,rators, Outside Hoists (elevators And $59.49 7A 3C 8P King Overhead, Bridge Type Crane: $59.96 7A X 8P King Power 20 Tons Through 44 Tons t --i—P Tons And Over King __tPower- E rh ad, Bridge Type: 45 $60.49 7A s Through 99 Tons ing Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P httDS://fU[t[eos.vv8.oOv/lni/vvaoelnnkun/orvUVaoe|ook||n.nrnV 7/10/701R Page 10 of 18 King Lower Eqjj�e11L pj)ora tors jPile Driver (other Than Crane $59.96 7A X 8P �Mount) King Power.EquilmnenLOp ratols Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P King Power Equipment Operator Pesthole Digger, Mechanical $56.90 7A X 8P King ppwertgcift�mo Oj2trjtqis Power Plant $56.90 7A X BP King Power Equipment OpeLaL2Ls Pumps - Water $56.90 7A X 8P King Power Ec u i pLLien t QRtE21M Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King PowerESjuipment Operators Quick Tower - No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom King ?oVe Remote Control Operator On $60.49 7A X 8P Rubber Tired Earth Moving Equipment King Power EquipLiifilLO era�qLs. Rigger And Bellman $56.90 7A C P j2 L L King Power Equipirnent Opei aLoi s Rigger/Signal Person, Bellman $59.49 7A X SP (Certified) King RpVgi FayjpmentQpgrators Rollagon $60.49 7A X 8P King 2owcj Eguiprnent Oj)eraLors Roller, Other Than Plant Mix $56.90 7A X 8P King Power L rip erators Roller, Plant Mix Or Multi-lift $59.49 7A mm X 8P Materials King Lower EqL0jj)rnentr Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P -King Power E. qLjjpELtnt Operators Saws - Concrete $59.49 7A 3C 8P King aquy2E.0 Scraper, Self Propelled Under $59.96 7A 3C 8P 45 Yards King Scrapers - Concrete Et Carry $59.49 7A 3C 8P All King Power EcLui ingent Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over King Power EqUinniont Opc� Service Engineers - Equipment $59.49 7A 3C 8P King Power EggAI)rnplit Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P King Power Equipment Operator Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. _King PuwerrCqukrmc pLQ ergqt�L Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Shove[, Excavator, Backhoes, $59.96 7A 3C SID Tractors: 15 To 30 Metric Tons King Power E%jpnjp nt0perators Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Rgua ti 41_Uip i c1jLQjjcZLa to[§ Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons King Power EcLuig[aggtSlIpoi atoas Stipform Pavers $60.49 7A 3C 8P King Power Eqq!pqienL )Lrator4 Spreader, Topsider Et $60.49 7A 3C 8P Screedman King EowerEc Subgrader Trimmer $59.96 7A 3C 8P _jA4__rl Li_ King Power Egu rrt OL aLoj $59.491 7A I �C P�_q: Tower Bucket Elevators L King Power Equipment Crane Up To 175' In $61.101 7A X 8P Height Base To Boom httDS://fortress.wa.aov/lni/waaelookuD/r)rvWaaelookuD.aSDX 7/10/2018 Page 11 of 18 i j King Powsir Eq Tower Crane: over 175' $61.72 7A 3C 8P through 250' in height, base to boom King irowver_ gcrioameancrators Tower Cranes: over 250' in $62.33 7A 3C 8P height from base to boom King l)a)wcr._ktlrnprI L6,IC Op rabors Transporters, All Track Or $60.49 7A 3C 8P Truck Type King pwcr Equipment Operators Trenching Machines $59.49 7A 3C 8P King Power Eouiprrsent Operators Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $59.49 7A 3C 8P Under 100 Tons — King Power Equipment Operators Truck Mount Portable $59.96 7A 3C 8P Conveyor King For«rer..Equ.i nrwnt bperat is Welder $60.49 7A 3C 8P King Pow cr E wait ur7et7t Ope3 al:ors Wheel Tractors, Farman Type $56.90 7A 3C 8P King F'owver-Fctrr men OIperators Yo Yo Pay Dozer $59.96 7A 3C 8P King F'ower EtlruilaEr7enk,.4peraV:ors-, Asphalt Plant Operators $60.49 7A 3C 8P Unelern�o ind,5ew r R Water King I'cwcr Iwciraigti 7errt 0laeraC' rsd Assistant Engineer $56.90 7A 3C 8P UndergLqLk!2d Sower Frt Water — — King Powet Equi rmen ors Barrier Machine (zipper) $59.96 7A 3C — 8P UiidersTround Sewer ft Water King Power Ecguiprnjot Operators- Batch Plant Operator, $59.96 7A 3C 8P Underground Sewer ht Waver Concrete King Power Equipment Ocxeratoos, Bobcat $56.90 7A 3C 8P Underground Sewer Et Water — — — King Power Ec9ciipmenwv0�s�tor - Brokk - Remote Demolition $56.90 7A mm —3C 8P Underground Sewer It Water Equipment King f?rwci.:_[cru7pr73prrt_Opr-rators- Brooms $56.90 7A 3C 8P iJrrd o^rruamd Sewer Ett.Wa'rer King Puwver Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators,, Cableways $60.49 7A 3C 8P Underground Sewer Ft Water King Power E ui rnent Ohs ratorj- Chipper $59.96 7A 3C 8P Underground Sewer Et Water King ELowgq_E rri gjentOperators_ Compressor $56.90 7A 3C, 8P UnderRrouncl Sewer Et Water — King Powc:+r EcLitarnermt Qrseratarism Concrete Pump: Truck Mount $60.49 7A 3C 8P Underground Sewer 8: Water With Boom Attachment Over — ......................!M.._ 42 M King Power Eruipment Operators_ Concrete Finish Machine -laser $56.90 7A 3C 8P Underground Sewer Et Water Screed — King Powder Ecruapn2enl O7perators- Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. King Powaec Enut urea t, Oper4rtc rs Concrete Pump: Truck Mount $59.96 7A 3C 8P Undcrgraund_Sewer Et Water With Boom Attachment Up To 42m King Conveyors $59.49 7A 3C 8P httos://fortress.wa.ciov/lni/wacipinnkiin/nrvWAnpinnl<iin acnx 7/1n/?nlA Page 12 of 18 Power Equipment Operators- q!Idj?yvXqqnd Sewer Ei Water King wer LgLji ment O'e�i g1gL- Cranes Frlctlon: 200 tons and $62.33 7 3C 8P Underground Sewer & Water. over King Llqw(,,r Eel Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Undergroran<i Sewer it Water Tons With Attachments King Power Equipment,Ope atars- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P LJQdtnrQUnd Sewer Water Tons, Or 150' Of Boom (Including Jib With Attachments) King f owr r Eguipmgrit Qp,_t[�!t i s- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P _q�_ Ujq�tg.rpLq Et Wator 250' of boom including jib .................... - with attachments King OLgL $62.33 7A 3C tators- Cranes: 300 tons and over or 813 Underground Sewer awaCW 300' of boom including jib with attachments King Eqwermf,rLt�ip�21e!jt Cranes: 45 Tons Through 99 $60.49 7A X 8P ULn(Le.ILv,rcIgnqjSvwPr Ft Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Underg ground Sewer Et Water Under King EgK Brat Op i Cranes: Friction cranes $61.72 7A 3C 8P_qLqq�_ — — Un(12.LqLOILI 1 A.5ewei Ej WaC,E through 199 tons King Power EqLJLm±mt 02cratg�ts- Cranes: Through 19 Tons With $59.49 7A X 8P Underground Sewer a Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground -und—Sewer—Et-Wa-t-e-r King EoVqtIEIqlp ent,QRe atqrs- Deck Engineer/deck Winches $59.96 7A 3C 8P lLno±,rgEgurrd St yer & Water (power) King Power Equipment Operators- Derricks, On Building Work $60.49 7A X 8P Underground Sewer Et Water King Eowg.j..fq P-1-.1.......... Dozers D-9 It Under�Ijf�Ljtqt 0 grators $59.49 7A X 8P U�dLz,LgLcLLLLid Sewer & Water King Power EqUipment Operators. Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P gnde�Lg round Sewer Et Water Or Crane Mount King Power EaLliDnient Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer Ft Water King PowerEquiffment0p Operators_rators- Elevator And Man-lift: $56.90 7A 3C 8P --------- Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Opertatqrs- Finishing Machine, Bidwell $59.96 7A 3C 8P Underground Sewer Ft Water And Gamaco [t Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $59.49 7A 3C 8P —:Under round Sewer a Water With Attachments King vip�ent Operators- Forklifts: Under 3000 Lbs, $56.90 7A X 8P UnderhyOUnd Sewer Et Water With Attachments King Power EquIpment.0p.rators- Grade Engineer; Using Blue $59.96 7A 3C 8P x! Undcround Sewer ft Water Prints, Cut Sheets, Etc King Powei Eguipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer a �Wate _:�I I httDS://fortress.wa.aov/1ni/waaelookUD/orvWacielookuD.aSDX 7/10/2018 Page 13 Of18 King Power Empionnent Coep_"ators- Guardrail Punch $59.96 7A 3C 8P King oLs- Hard Tail End Dump $60.49 7A 3C 8P d e I round Sewei ft WaLer Articulating Off- Road Equipment 45 Yards. Et Over King �qwer,,Kqunpment.p -_�.rators- Hard Tait End Dump $59.96 7A 3C 8P Under round SLwcr EL Water Articulating Off-road Equipment Under 45 Yards UmlenlyrOUnd Sewer 8� Water Operator King Eo�Lpr_�_qui Pme-nt'0-pe'ra'-ors- Hydralifts/boom Trucks Over $59.49 7A 3C 8P King Power Equipment Operators- Hydratifts/boom Trucks, 10 $5690 7A 3C 8P Underp,round Sewer OL Water Tons And Under On((,rgLrLLLij(j.Sewer Et Water Over King Power Egyfp�qjent QL)�,fa!i r,-. Loader, Overhead, 6Yards. $60.49 7A 3C 8P 8 Water But Not Including 8 Yards King ag±�PLt_qj King Power -_giAajLi rs- Loaders, P�anL Feed $59.96 7A 3C 8P King 0 rq!M- Loaders: Elevating Type Belt $59.49 7A 3C 8P LhndergpLoun(�Sewer Ft Water ,Lognd Sewer tt Water King RoV_y2_'!- Lt�LC�- Material Transfer Device $59.96 7A 3C 1P Undergmund.Sewcr a Water $0.50 Per Hour Over King Power EqLi�IjLngnLo ,L r�- Motor Patrol Graders $60.49 7A 3C 8P qjo King Lo)6�cLr Mucking Machine, Mote, $60.49 7A 3C 8P Sewer ft. Watei�' Tunnel Drill, Boring, Road Header And/or Shield Underground Sewer E Water Distribution Et Mulch Seeding Operator King fiQneL_F(jLjjprn�nt Operators- Outside Hoists (elevators And $59.49 7A 3C 8P King ad, Bridge Type Crane: $59.96 7A 3C 8P Under a Water 20 Tons Through 44 Tons King L)awe!�G,( -LejILO aLtQrs- Overhead, Bridge Type: 100 $61.10 7A X 8P L)Li.derpround Sewer a Water Tons And Over King Powet Overhead, Bridge Type: 45 $60.49 7A 3C 8P Linderground Sewer ft Water hM'n�-//fn,fne��-vvnoov/|nKm/ane|ook/m/nrvVVanp|onk-/ma-,nx 7/10/7018 Page 14 of 18 Power Equipment Opeiators- Pile Driver (other Than Crane Underrrround Sewer �i Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher ?59.49 /A 3C 8P Underg,rOUnd Sewer Et Water King pavwor rat ors- Posthole Digger, Mechanical $56.90 7A 3C 8P Under round Sewer Ct Water King Power E L( iD� tors- 7A 3C 8P Power Plant $56.90 clu�IL _ntOj�jeri — — — L�1jdetgr_qUncLSgyTijt Water King Power Equipment Ciptraptqgr Pumps - Water $56.90 7A 3C 8P jLn�t�.,LgEo g Et Water King Power Eauiorrient Operators- Quad 9, Hd 41, D1 0 And Over $60.49 7A 3C 8P godt1ground Sewer & Water King Power Equipment Operators- Quick Tower - No Cab, Under $56.90 7A 3C 8P Underground Sewer &, Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $60.49 7A 3C 8P EL Water Rubber Tired Earth Moving Equipment --an _�5_690—7A 3C Underground Sewer Et Water King Power Equipment Operators- Rigger And Beft King Pp�w.� LqquM�nnenj__CipeWWrs-. Rigger/Signal Person, BeRman $59.49 7A LC 8P Underground Sewer Et Water (Certified) King [_LP Power Equipment Operators- Rollagon $60.419 LA 3C LJnqei.'goqpgd_Sewer & Water King E2V LrgurirL) 0LerLgL - Roller, Other Than Plant Mix $56.90 7A 3C 8P � rT n _ Q[L LJrj6Lr.9rQund_Sewer & Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P LJLidprground.Sewer ft Water Materials King Power Equipment Operators- Roto-mitt, Roto-grinder $59.96 7A 3C 8P Underground Sevier a Water King Power EqlliLl nent 0 �Lrs- 7A 3C 8P 1?er o Saws - Concrete $59.49_ — — Underground Sewe..r-.a-Wat.er ... .. ......... King Power EgUiDrnent Operators- Scraper, Self Propelled Under $59.96 7A 3C 8P Under 2LqMd Sewer Vt Water 45 Yards King Dower mm—M-e—Ti.t.---QpeL�jors-. Scrapers - Concrete Et Carry $59.49 7A 3C BID Underground_Sewer Et Water All King Power Egqy2ijLnt 0 ei -propelled: 45 $60.49 7A 3C 8P eIL_ _ Scrapers, Self gintLeEgLourIq Sewer & Writer Yards And Over King Z2wcyr Eepurpmerrt glp)e,i atigi s-. Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer iz Water King Power Equipment Operators- Shotcrete/gLiniLe Equipment $56.90 7A 3C 8P Underground s(�wer it. water King Lower Er Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sevier Et Water Tractors Under 15 Metric �Tons. King a(jwgr_Equipment Operators- Shovel, Excavator, Backhoe: $60.49 7A 3C 8P ­-—­­­----Underground Sewer EL Water Over 30 Metric Tons To 50 �Metric Tons King Power Equipmcnt Ojxrators- Shovel, Excavator, Backhoes, 119,96 7A 3C 8P Underground Sewer Et Water Tractors; 15 To 30 Metric Tons �_61.10 7A King power kLdLKgound Sewer & Water httDs://fortress.wa.ciov/1 ni/waae1ooku1)/DrvWaae1ookU D.aSDX 7/10/2018 Page 15 of 18 Shove( Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King Rower Ec juipment O.p grs- , , 7A 3C 8 Shove[ xcavator, Backhoes� $61.72 P eE�it_ _ _ — — — Underground Sewer ft Water Over 90 Metric Tons King j-.�LALeLEjmiiL)rrLent QLeL tE�—. Slipform Pavers $60.49 7A 3C 8P Unde_rgrqund Sewer 6. water King Power EompMeq Operators- Spreader, Topsider Et $60.49 7A 3C 8P Lhider REound Sewer Et Wal:Lr Screedman -King Power EqUiDnIent — ................. Subgrader Trimmer $59.96 7A 3C 8P Underg.round Sc=wor Ee Waater I King Powqr Lqu _gpLTaIoiL- Tower Bucket Elevators $59.49 7A 3C 8P UnderprounLf Sewer Et Water King �Iov r (Jul ment 0 Etors� Tower Crane Up To 175' In $61.10 7A 3C 8P Un�.Iemround Sewer Et Watei Height Base To Boom King Power Equip . operators Tower Crane; over 175' $61.72 7A 3C 8P _ _Ter n Underground Sewer a Water through 250' in height, base to boom King Power EadiDment Operators- Tower Cranes: over 250' in $62.33 7A 3C 8P Qnderpround Water height from base to boom �ewera..Watr King mower )pnle-nt OpLLLAors- Transporters, All Track Or $60.49 7A 3C 8P Under ground Sewed Ei Water Truck Type King Pow rarJamerrrt,Qjacxrators- Trenching Machines $59.49 7A X 8P Underground Sewer It Water King P�qyCc iL�j(�up ii Truck Crane Oiler/driver - 100 $59.96 7A X 8P UijdLeL qL nd Sewor Ft Water Tons And Over King Truck Crane Oiler/driver $59.49 7A 3C 8P Underground Sewer Et Water Under 100 Tons King operators- Truck Mount Portable $59.96 7A 3C 8P Underground Sewer a: Water Conveyor King Power EQUjoineril, Operators- Welder $60.49 7A 3C 8P Underground Sewer Et Water King Power E.qyjp Wheel Tractors, Farmatt Type $56.90 7A 3C 8P tJnder?yround LSe wer Et Water King Lower Eg.ui i�lj Yo Yo Pay Dozer -�59 96 7A X 8P I�L _LQ — — L)qde�,qLqund Sewer EL Water King Power Line Clearance Tree Journey Level In Charge 5A 4A Trimmers King Power Line Clearance Tree Spray Person $47.43 5A 4A ............ Trimmers . . .............. King Power Line Ctearance..Tree Tree Equipment Operator --$50 02 5A 4A Trimmers King Power Line Clearance.Tree Tree Trimmer $44.64 5A 4A .......... Trimmers King Power Line Clearance Tree Tree Trimmer Croundperson $33.67 5A 4A Trimmers King Refrigeration Et Air Journey Level $77.86 6Z IG ,Mechnits. King Residential Brick Mason Journey Level $55.82 5A IM King Residential Carpenters Journey Level $28.20 King Residential Cement Masons Journey Level $22.64 httns://fortres,;.wa.cinv/lni/warip.lonkiin/nrvWAnpinr)kiin qqny 7/1n/7n1R Page 16 of 18 King Ee idc tial DaW,,Al Journey Level $42.86 5D 4C King Resg6en�ia(grywLatl Tapers Journey Level -?57,43 SIP 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $41.05 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 King Residential, Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Ft Journey Level $34.69 1 Rimt,�ters King Residential Refrigeration ft Air Journey Level $77.86 6Z 1G Conditioning Mechanics King Residential Sheet Metal, Journey Level (Field or Shop) $44.56 7F 1R Workers I I King Residential Soft Floor Layers Journey Level $47.61 5A 3J King Residentiat5pwinkI.-e-rF-it-te-r-s Journey Level $46.58 5C 2R (Fire Protection) King Residential Store Masons Journey Level $55.82 5A Im King, Residential Terrazzo Workers Journey Level $51.36 5A Im King Residential Terrazzo/Tice Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $20.-001---] 1 King Roofers Journey Level $51.021 5A 3H King Roofers Using Irritable Bituminous $54.02 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1E King Shipbuitdfing�U Sir Boilermaker $43.31 7M 1H Ai LRep c U King Shipbuilding ft Ship_ReRaJ! Carpenter $41.06 7T 2B King Shipbuilding #t Shdn Repair Electrician $42.07 7T 413 King Heat Et Frost Insulator $67.93 5-1 4H King Shipbuilding, CL Ship Repair Laborer $41.99 7T 4B King Shipbuilding Ship jeRaLir Machinist $42.00 7T 4B King 21h-iltoklimq AllnP.Bm LIU Operator $41.95 7T 4B King Shipbuilding Ft Ship Repair Painter $42.00, 7T 4B King Shipbuilding ft Ship Repair Pipefitter $41.96 7T 4B King Shipbuilding Ft Ship Repair Rigger $42.05 7T 41B King SI-ripbuilding ft SNp Repair� Sheet Metal -$41 98 7T 4B King Shipbuilding Et Ship Repair Shipfitter $42.05 Tr 4B King ir, Trucker $41.91 7T 4B King Sili jLbuilding k1h&L-L _ _Rgj.2ajr Warehouse $41.94 7T 4B King SlqCpbrL1lc Ump Et5hip Repair Welder/Burner $42.05 7T 4LB King Sian Makers Et Installers Sign Installer $22.92 1 LE LectrjSi�j King Smo Makers & Installms Sign Maker $21.36 1 httr)s://fortress.wa.aov/1ni/waaelookui)/i)rvWaaelookui).aSDX 7/10/2018 Page 17 of 18 King (er {aa r4 tt_Nnm:,mtallers hlon- Sign Installer $27.28 1 Fltrtr°cal), __ _ King Sasn_P akers Et lnst�kllc ss (Non-,iSign Maker $33.25 1 Llecto Kai- King Ssoft FLmrLrtryc3irs Journey Level w $47.61 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King al7trnkIe,r.Fut1c as, (I brt Journey Level $75.64 5C 1X Isrotec,bopa - — King Sta€ rn Nrl xtA7ic., (hJc iir Journey Level $13.23 1 Structural') King Stone Masons Journey Level $55.82 5A 1M King Street And Parking Lot Journey Level $19.09 1 Swec;p�r Workers King tiurvcvors Assistant Construction Site $59.49 7A 3C 8P Surveyor King Strruey< s Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $60.49 7A 3C 813 King Telecommunication Journey Level $22.76 1 Technicians King Teter l one Lie?+ Construction - Cable Splicer $40.52 5A 2B -- Outside King Tetcz s r ff Liine Consu uction - Hole Digger/Ground Person $22.78 5A 2B Outside — onstruction - Installer (Repairer) $38.87 5A 2B King 6c�epl'torae Line C_................._._..�. Outside King Teleulaonc I r+ _t anSU urLic m - Special Aparatus Installer 1 $40.52 SA 2B Outside King T�lepjione Line Construction Special Apparatus Installer II $39.73 5A 2B Outside -- — — King Telephone Line Construction - Telephone Equipment $40.52 5A 2B Outside Operator (Heavy) King Tcle amine.tine Construction - Telephone Equipment $37.74 5A 2B Outside Operator (Light) King Teteoho[L( (mine Constr°ucdon - Telephone Lineperson $37.74 5A 2B Outside — — King Telerahong Line Construction - Television Groundperson $21.60 5A 2B Outside King Ict honr Line.-Construction - Television $28.68 SA 2B Outside Lineperson/Installer King Tcicraf cne Lrnrs_Construction - Television System Technician $34.10_ 5A 2B Outside ............ King TekeJthrie Line Construction - Television Technician $30.69 5A 2B .. _.--......... _ Outside - ---------- King Telephone Line: Const.n,ection - Tree Trimmer $37.74 5A 2B Outside — — King Terrazzo Workers Journey Level $51.36 5A, 1M King Tile Setters Journey Level $51.36 5A 1M King j le, Marble Et Terrazzo Finisher $42.19 5A 1B Finishers King Trraffic. Control..S aers Journey Level $45.43'' 7A 1K httnc•//fnrtracc WA nnv/Ini/rAranalnnkiin/nr%t%AlAnalnnlziin acnv 7/1nYJnlP Page 18 of 18 King Truck Drivers Asphalt.Mix Over 16 Yards (W. $52.70 5D 3A 81 WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Ft Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck.Diivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers,Et rrioation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Ft Irrigation Pump Oiler $12.97 1 Installers King Well.Drillers_Ft._Irrigation_Pump Well Driller $18.00 1 Installers httns-//fnrtrPss.wa.nnv/Ini/wanPlnnkiin/nrvWanPlnnkun_asny 7/1 n/7f11 R i Benefit Code Key— Effective 3/3/2018 thin 8/30/2018 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. I 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, 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 wagc. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked oil Sundays and holidays shall be paid at double the hourly rate of wage. E, The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid 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. F., The first two (2)horns after eight(8)regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half tunes the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. 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 atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued I, 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 wan ant) 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 ton (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 he 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 tunes 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-halftimes the hourly rate ofwage. 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 perfornied 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 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. R, The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 0. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule,either Monday turn Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3, ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a shingle 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 be given to employees regularly assigned to the well,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 tine per day, or ten(10)hours of straight time per day when four ten (10)hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 3. 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)tines the regular rate of pay. L 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. T All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half tines the hourly rate of wage.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(I-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 tine 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 rust 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)tines the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 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 andholidays shall be paid at double thehourlyrate ofpay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8) hours worked on Saturday will be paid at one arid one-half(1-112) times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. 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. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thin Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half(1' )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 holidays shall be paid at double the hourly rate of wage. 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 hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall he paid at double the hourly rate of wage. H. 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 overtime hours worked, except Labor Day, and all hours on Sunday 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas, and Christmas Day(8). C. Holidays: New Year's Day,Presidents'Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, And Christmas Day(8). 5 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 5, 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). IT, Holidays:New Year's Day,Memorial Day,Independence Day, Thanksgiving Day,the Day after Thanksgiving Day, And Christmas (6). I. 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). 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 (11). 6 i Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 6. H. Paid Holidays: New Year's Day,New Year's Eve Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday After Thanksgiving Day, Christmas Day,The Day After Christmas, And A Floating Holiday(10). 1. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z„ Holidays: New Year's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7, A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day, Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day, Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 7. 1. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day,Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: 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 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 aholiday. 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, hndependence 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. 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. 8 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 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 aholiday on the preceding Friday. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75, Level C: SO.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00, Class B Suit:$1.50, Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shovvnn on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All naggers 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. 9 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Note Codes Continued 8. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked.Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall bepaid 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. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. 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 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 15 P to 220'- $4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or timnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'. Over 600' -$2.00 per foot beginning at 600'. W, Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 10 �� � I '• R 'gym& '"rv@ IL"W Po n' n u f Y w 1 y w.� � me e, � � 'w � � mf� �" W w4. u"�. �Po "" � II W � a '°a iV��"' c• ^' II mw I m� . i � �a9 � � �� i i IIII M I' ,.� �.i ii.. r I'�,i�i n W m �.al�w �m m � �W:II W� � Imp I '�y 1d�� i � �WII� W� � I,. I 1 � � �� II �� w � a ar � a I ® Itl W@ I m a ro ry Iq i �' i ., .�.,. � � u@�. c,a'��r � i, ,. . mi �c eu I ;� ml m ^' � ��� .� " � �w m; u a m'r ' �mr �a um � am w w � umw Ilp im ., � ,„ uu � ar�� m :� Iw uu — �a ,', „, II„. mr .� ^� a .��� � a .m r mr m � � a a uu � �� . II an � u_ ma am � �• w n r' �.,m . �� mM m mM .. w � ,. m M:' W M S iiiW @ .ICI•.W:r. w 0 N w Cd� " a ro I� m m' III m'Ilu F w � um _a m�� II^'.' a N 'D7"aP lik ,,, � p �I� I � i olio ,,, i m m - . a 4 x �» n z s 6 i s III„ p 7i a r J � b f �; III nl , a mama a a ia�� I I � �I'a�u „® 1 ��� „ �, m, a _: L, :::. v .;... Agenda Item: BIDS - 10A TO: City Council DATE: August 7, 2018 SUBJECT: Union Pacific Storm Water Pump Station - Pump Replacement Project - Award MOTION: Award the Union Pacific Storm Water Pump Station Pump Replacement Project to Pease & Sons, Inc., in the amount of $200,478.03 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project consists of replacing two existing pump and motor assemblies at the Union Pacific storm water pump station. The basin for the pump station is bordered by the Green River to the north, State Route 167 to the west, the Union Pacific Railroad to the east, and South 277h Street to the south. Storm water from the basin flows by gravity to the Green River. However, when river levels are high, a pump station is needed to prevent flooding within the basin. The bid opening for the Union Pacific Storm Water Pump Station - Pump Replacement Project was held on July 31, 2018 with two bids received, both were responsive. The lowest responsible and responsive bid was submitted by Pease & Sons, Inc. in the amount of $200,478,03. Bid Tab SummM 01. Pease & Sons, Inc. $200,478.03 02. Road Construction Northwest, Inc. $209,000.00 Engineer's Estimate $150,425.00 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: The project is funded with previously budgeted drainage funds.