Loading...
HomeMy WebLinkAboutCAG2019-315 - Original - Scarsella Bros., Inc. - Downey Farmstead Restoration Phase II - 05/17/2019 NT Records Management Document CONTRACT COVER SHEET This is to be completed hy the Contract Manager priur to submission to the City Clerk's Office, All portions are to bit completed. If you have questions, please coat ct the city Clerk's Office at 253-856-5725M Vendor Name: Scarsella Bros., Inc. 34547 Vendor Number (IDE): Contract Number (City Clerk): CAf&0,20 Category: -Contract Agreement Sub-Category (if applicable): None Project Name: Downey Farmstead Restoration Phase 2 .2.3-4 Contract Execution Date: Mayor's signaturE 90 working day: Termination Date: Contract Manager: Matt Knox Department: PW: Engineering Contract Amount: $6911311 -50 Budgeted: V Grant? Part of NEW Budget: F1 Local: State: Federal: Related to a New Position: F] Basis for Selection of Contractor? Bid Approval Authority: F Director F] Mayor City Council Other Details: Relocating 2,1100 linear feet of Frager Rd. including the construction of an adjacent bike path and the removal of contaminated soil previously identified on site. KENT W A S H n G T O N DATE: May 7, 2019 TO: Kent City Council SUBJECT: Downey Farmstead Restoration Phase 2 - Frager Road Realignment and Contaminated Soil Removal - Award MOTION: Award the Downey Farmstead Restoration Phase 2 - Frager Road Realignment and Contaminated Soil Removal Project to Scarsella Bros., Inc. in the amount of $691,311.50 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 includes the relocation of 2,100 linear feet of Frager Road, including the construction of an adjacent bike path and the removal of contaminated soil previously identified on site. The bid opening for the Downey Farmstead Restoration Phase 2 - Frager Road Realignment and Contaminated Soil Removal Project was held on April 30, 2019 with five (5) bids received. The lowest responsible and responsive bid was submitted by Scarsella Bros., Inc. in the amount of $691,311.50. Bid Tab Summary 01. Scarsella Bros., Inc. $691,311.50 02. R.W. Scott Construction Co. $809,259.00 03. TITAN Earthwork LLC $914,607.30 04. Active Construction Inc. $1,134,794.10 05. Rodarte Construction, Inc. $1,137,224.00 Engineer's Estimate $1,279,063.50 BUDGET IMPACT: This project will be paid for using grants from the Cooperative Watershed Management Grant program and the King County Waterworks Grant program to pay for the road relocation and contaminated soil respectfully. Cost of constructing the bike path will be paid for by the Parks department using approximately $80,000 from a King County voter approved tax levy that supports Park projects. SUPPORTS STRATEGIC PLAN GOAL: Thriving City, Evolving Infrastructure, Sustainable Services ATTACHMENTS: 1. Downey Farmstead Restoration Ph 2 Bid Tab (PDF) C 1 TY OF KENT KING COUNTY, WASH I NGTON KENT SPEC I AL PROV 1 S I ONS FOR Downey Farmstead Restoration Phase 2 — Frager Road Realignment and Contaminated Soil Removal Project Number: 18-3007 .3 & .4 BIDS ACCEPTED UNTIL BID OPENING April 30, 2019 April 30, 2019 10:45 A.M. 11 :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 • KENT WASH IN G T 0 N PUBLIC WORKS DEPARTMENT Timothy 3. LaPorte, P.E. Public Works Director 400 West Gowe ® Kent, WA 98032 KEN Fax: 253 856-6500 W A 5 H I NGTON PHONE: 253-856-550 CITY OF KENT KING COUNTY, WASHINGTON Downey Farmstead Restoration Phase 2 Frager Road Realignment and Contaminated Soil Removal Project Number: 18-3007.3 & .4 ADDENDUM No. 1 April 25, 2019 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE REFLECTED IN RED I - BIDDER'S DOCUMENTS The following changes are included in the attached Bidder's Document. Bidders must use the updated Bidder's Document. SCHEDULE IA - ROAD ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1063 2-03.5 8,800 Excavation and Reuse of Soil $ $ KSP 10,000 for Realigned Frager Road Per BCY B CU YDS Embankment Incl. Compaction 1070 2-12.5 12,089 Woven Geotextile Fabric $ $ KSP 8,000 Per SY SQ YDS 0 rn Q c a� Y 0 Mayor Dana Ralph 1 SCHEDULE IB - TRAIL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 1085 4-04.5 -599 Crushed Surfacing Base $ $ * KSP 750 Course, 1-1/4 Inch Minus Per TON TONS SCHEDULE ID - c"t R-THWGT K REMOVAL AND DISPOSAL OF CENTRAL EMBANKMENT AREA ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1065 2 91.5 10,000 Excavation, Including Haul $ $ * 2-03.5 B CU YDS and Disposal Per BCY KSP The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. SCHEDULE IE — REMOVAL AND DISPOSAL OF EAST AND WEST ENDS OF PROJECT ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1065 2-03.5 3,000 Excavation, Including Haul $ $ * KSP B CU YDS and Disposal Per BCY The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. SCHEDULE VIII — PERMANENT SIGNING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 8000 8-21.5 1 Permanent Signing $ $ KSP LUMP SUM Per LS 2 BID SUMMARY Schedule IA Road Schedule IB Trail Schedule IC Contaminated Soil Remediation Schedule ID Earthwerle Removal and Disposal of Central Embankment Area Schedule IE Removal and Disposal of East and West Ends of Project Schedule V Traffic Control Schedule VII Temporary Erosion &Sedimentation Control Schedule VIII Permanent Signing TOTAL BID AMOUNT II — KENT SPECIAL PROVISIONS Page 8-8 — Section 8-21 — Permanent Signing ADD the following new section: 8-21 PERMANENT SIGNING SECTION 8-21.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.2 Materials Refer to Kent Standard Plans 6-82aM for material requirements. SECTION 8-21.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3 Construction Requirements All sign post shall be installed on cement concrete foundation and post anchor per Kent Standard Plan 6-82aM. Cement concrete foundation and 3 post anchor shall be allowed to cure at least 24 hours prior to post and sign installation. Each sign post shall only have one sign attached or as directed by the Engineer. Supplemental placard sign W13-1P shall be installed on the same post as W1-11- and W1-1R. Install R2-1, W1-8 and secondary signs in accordance with Kent Standard Plan 6-82aM. Use of precast cement concrete base shall not be allowed. SECTION 8-21.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(2) Placement of Signs The Contractor shall install new sign bases such that the existing signs being replaced remain in service and visible to traffic until the new signs are installed. The Contractor shall remove existing signs only when the new signs are installed. The Contractor shall ensure all new signs installed are visible to traffic the sign faces at least 350 feet away, unless otherwise approved by the Engineer. Vegetation and tree limbs that impede sign visibility shall be trimmed immediately upon installation which is incidental to the bid item. SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.5 Payment The lump sum unit price for "Permanent Signing" constitute complete compensation for all material, labor, tools, and equipment necessary to deliver and install the traffic signs on sign posts, signal and light poles. This also includes all material, labor, tools, and equipment to remove, dispose, and salvage of existing signs, and delivery of salvaged material to the City Maintenance Facility. III - APPENDICES Appendix 1 - Kent Standard Plans ADD the following Kent Standard Plan: 6-82aM Sign Installation IV - PLANS Sheet 1 of 13 - REPLACE Plan Sheet 1 with the Attached New Plan Sheet 1 Sheet 3 of 13 - REPLACE Plan Sheet 3 with the Attached New Plan Sheet 3 4 The following Keyed Note was ADDED to Sheet 3 of the Plans CONTRACTOR SHALL NOT DRIVE LOADED VEHICLES, TRAILERS OR EQUIPMENT 3 OVER THE MULLEN SLOUGH BRIDGE, AND INSTEAD MUST USE THE EAST END OF THE PROJECT FOR ACCESS AND EXIT. UNLOADED VEHICLES, TRAILERS AND EQUIPMENT MAY BE OPERATED ACROSS THE MULLEN SLOUGH BRIDGE PROVIDED THEY DO NOT EXCEED THE 25 TON WEIGHT LIMIT Sheet 6 of 13 — REPLACE Plan Sheet 6 with the Attached New Plan Sheet 6 The excavation limits for Schedule 1A Bid Item 1063, Schedule 1D Bid Item 1065, and new Schedule 1E Bid Item 1065 per this addendum, are more clearly noted and described on the Plans in Section A and Section B, and in the General Notes. Sheet 11 of 13 — REPLACE Plan Sheet 11 with the Attached New Plan Sheet 11 The following Keyed Note was added to Sheet 11 of the Plans to indicate more road signs added to the project. LEFT AND RIGHT CHEVRON ALIGNMENT SIGNS (W1-8R) PER MUTCD SECTION 6 2C.09 AND CITY OF KENT STANDARD PLAN 6-82. BOTH WESTBOUND (W1-8L) AND EASTBOUND (W1-8R) CHEVRON ALIGNMENT SIGNS LOCATED ON THE SAME SIGN POST AND ORIENTED TO FACE ONCOMING TRAFFIC ACCORDINGLY. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date Deputy Director/City Engineer Attachments: Bidder's Document Kent Standard Plan: 6-82aM Plan Sheets: 1, 3, 6, 13 5 BIDDER'S NAME CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Downey Farmstead Restoration Phase 2 - Frager Road Realignment and Contaminated Soil Removal Project Number: 18-3007 . 3 & .4 BIDS ACCEPTED UNTIL BID OPENING April 30, 2019 April 30, 2019 10:45 A.M. 11:00 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 i KENT W ASH ING T O N ORDER OF CONTENTS FOR BID PACKAGE 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 (to be completed AFTER COMPLETION) 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 INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 30, 2019 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: Downey Farmstead Restoration Phase 2 Frager Road Realignment and Contaminated Soil Removal Project Number: 18-3007.3 & .4 The project consists of relocating approximately 2,100 linear feet of Frager Road, construction of a separated bike trail and removal of approximately 7 tons of arsenic contaminated soils. The project site is bounded by the Green River to the north and east, SR 516 to the south, and the bridge crossing at Mullen Slough to the west. Frager Road is currently located adjacent to the south bank of the Green River and will be relocated further away from the river and closer to the toe of the SR-516 roadway embankment. The project includes approximately 1,750 tons of Hot Mix Asphalt and 2,900 tons of crushed rock. Approximately 8,800 CY of soils will be excavated onsite and placed as fill for the new Frager Road. Additionally, roughly 5,300 SY of asphalt will be removed and reused as roadway fill for the new Frager Road. All of the above work is necessary as preparation for the future Downey Farmstead Restoration project, which will improve salmon habitat and reduce flood risk along the Green River. All work will be in accordance with the Contract Plans, Kent Special Provisions, and the current WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately $750,000-850,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Matt Knox at 253-856-5551 or Melissa Dahl at 253-856-6511. 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. Plans and specifications can also be downloaded at no charge at KentWA,c3ov/doing- a 'h -I� ccren►er� Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 150/n of the labor hours must be performed by apprentices. KCC 6.01.030. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 151h day of April, 2019. BY: ' 1 Kimberley A.*Koto, City Clerk Published in Daily Journal of Commerce on April 16 and 23, 2019. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named Downey Farmstead Restoration Phase 2 Frager Road Realignment and Contaminated Soil Removal Project Number: 18-3007.3 & .4 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. NAME OF BIDDER BY: SIGNATURE/TITLE ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Downey Farmstead Restoration Phase 2/Knox 1 April 25, 2019 Project Number: 18-3007.3 & .4 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: Downey Farmstead Restoration Phase 2/Knox 2 April 25, 2019 Project Number: 18-3007.3 & .4 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Downey Farmstead Restoration Phase 2/Knox 3 April 25, 2019 Project Number: 18-3007.3 & .4 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Downey Farmstead Restoration Phase 2 — Frager Road Realignment and Contaminated Soil Removal/Project Number: 18-3017.3 & .4 that was entered into on the (Date) between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: Date: Downey Farmstead Restoration Phase 2/Knox 4 April 25, 2019 Project Number: 18-3007.3 & .4 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that 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 Downey Farmstead Restoration Phase 2 — Frager Road Realignment and Contaminated Soil Removal/ Project Number: 18-3017.3 & .4 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.b 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. Downey Farmstead Restoration Phase 2/Knox 5 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE IA — ROAD ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS 1025 2-01.5 50 Removal of Debris and $ $ KSP CU YDS Garbage Per CY 1030 2-01.5 1 Clearing and Grubbing $ $ KSP LUMP SUM Per LS 1040 2-01.5 1 Transport of Stockpiled $ $ KSP LUMP SUM Materials to New Storage Per LS Location 1050 2-02.5 50 Saw Cut Existing Asphalt $ $ KSP LN FT Concrete Pavement Per LF 1063 2-03.5 Excavation and Reuse of Soil $ $ KSP 10,000 for Realigned Frager Road Per BCY B CU YDS Embankment Incl. Compaction 1070 2-12.5 ? 09 Woven Geotextile Fabric $ $ KSP 8,000 Per SY SQ YDS 1085 4-04.5 2,400 Crushed Surfacing Base $ $ * KSP TONS Course, 1-1/4 Inch Minus Per TON 1095 5-04.5 1,500 HMA Class '/2", PG 64-22 $ $ KSP TONS Asphalt Overlay Per TON * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Downey Farmstead Restoration Phase 2/Knox 6 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE IA - ROAD ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 1110 2-02.5 5,300 Rubblize and Relocate Asphalt $ $ KSP SQ YDS Concrete Pavement for Use as Per SY ATB 1330 2-07.5 100 Watering $ $ KSP MGAL Per MGAL 1355 1-04.4(1) 1 Minor Changes $8,500.00** $8,500.00 WSDOT CALC Per CALC **Common price to all bidders Sub Total $ 10% WA State Sales Tax $ Schedule IA Total $ Downey Farmstead Restoration Phase 2/Knox 7 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE IB - TRAIL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1085 4-04.5 - jG Crushed Surfacing Base $ $ * KSP 750 Course, 1-1/4 Inch Minus Per TON TONS 1095 5-04.5 275 HMA Class 1/2", PG 64-22 $ $ * KSP TONS Asphalt Overlay Per TON 1355 1-04.4(1) 1 Minor Changes $2,750.00** $2,750.00 WSDOT CALC Per CALC "Common price to all bidders The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price, Sub Total $ 10% WA State Sales Tax $ Schedule IB Total $ Downey Farmstead Restoration Phase 2/Knox 8 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE IC— CONTAMINATED SOIL REMEDIATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1400 2-14.5 7 Excavation of Contaminated $ $ KSP TONS Soil Per TON 1405 2-14.5 7 Haul Offsite and Dispose of $ $ KSP TONS Contaminated Soil Per TON 1410 1-07.5 1 Health and Safety Plan $ $ KSP LUMP SUM Per LS Sub Total $ 10% WA State Sales Tax $ Schedule IC Total $ Downey Farmstead Restoration Phase 2/Knox 9 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE ID - &ART#m+ r1 G-RK REMOVAL AND DISPOSAL OF CENTRAL EMBANKi' EiN T AREA ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 1065 24�4-,� 10,000 Excavation, Including Haul $ $ # 2- 3.5 B CU YDS and Disposal Per BCY KSP The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price, Sub Total $ 10% WA State Sales Tax $ Schedule ID Total $ Downey Farmstead Restoration Phase 2/Knox 10 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE TE — REMOVAL AND DISPOSAL OF EAST AND WEST ENDS OF PROJECT ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMO(JN`a 1.065 2-03.5 3,000 Excavation, Including Haul $ $ KSP B CU YDS and Disposal Per BCY The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Sub Total 1011/b WA State Sales Tax Schedule I Total Downey Farmstead Restoration Phase 2/Knox 11 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE V — EARTHWORK ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 200 Traffic Control Labor $ $ KSP HOURS Per HR 5010 1-10.5 500 Construction Signs Class A $ $ WSDOT SQ FT Per SF 5012 1-10.5 1 Temporary Traffic Control $ $ KSP LUMP SUM Devices Per LS 5015 1-10.5 50 Traffic Control Supervisor $ $ KSP HOURS Per HR 5030 1-10.5 90 Operate and Maintain Portable $ $ KSP DAYS Changeable Message Sign Per DAY (PCMS) Sub Total $ 10% WA State Sales Tax $ Schedule V Total $ Downey Farmstead Restoration Phase 2/Knox 12 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 7000 8-01.5 5.3 Seeding, Fertilizing, and $ $ KSP ACRE Mulching Per AC 7010 8-01.5 4,000 Wattle $ $ WSDOT LN FT Per LF 7033 8-01.5 350 Stabilized Construction $ $ WSDOT SQ YDS Entrance Per SY 7034 8-01.5 20 ESC Lead $ $ KSP HOURS Per HR 7035 8-01.5 50 Street Cleaning $ $ WSDOT HOURS Per HR Sub Total $ _ 10% WA State Sales Tax $ Schedule VII Total $ Downey Farmstead Restoration Phase 2/Knox 13 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE VIII — PERMANENT SIGNING ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8000 8-21.5 1 Permanent Signing $ KSP LUMP SUM Per LS Sub Total $ 1011/o WA State Sales Tax Schedule V111 Total $ Downey Farmstead Restoration Phase 2/Knox 14 April 25, 2019 Project Number: 18-3007.3 &.4 BID SUMMARY Schedule IA Road Schedule IB Trail Schedule IC Contaminated Soil Remediation Schedule ID Removal and Disposal o Centrai Embankment Area Schedule !E Removal and Disposal of East and West Ends of Project Schedule V Traffic Control Schedule VII Temporary Erosion &Sedimentation Control Schedule V111 ilef n;inent Signing TOTAL BID AMOUNT Downey Farmstead Restoration Phase 2/Knox 15 April 25, 2019 Project Number: 18-3007.3 SL .4 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Downey Farmstead Restoration Phase 2 — Fra4er Road Realignment and Contaminated Soil Removal Project Number: 18-3007.3 & .4 Subcontractor Name Item Numbers Subcontractor Name _ Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Downey Farmstead Restoration Phase 2/Knox 16 April 25, 2019 Project Number: 18-3007.3 & .4 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: Downey Farmstead Restoration Phase 2 - Frager Road Realignment and Contaminated Soil Removal Project Number: 18-3007.3 & .4 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: _ Electrical Subcontractor Name: Signature of Bidder Date Downey Farmstead Restoration Phase 2/Knox 17 April 25, 2019 Project Number: 18-3007.3 & .4 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. ThP 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. Downey Farmstead Restoration Phase 2/Knox 18 April 25, 2019 Project Number: 18-3007.3 & .4 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: PHONE: FAX: 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. 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 serurity 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 Downey Farmstead Restoration Phase 2/Knox 19 April 25, 2019 Project Number: 18-3007.3 a .4 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? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name. of nwnPr� 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Downey Farmstead Restoration Phase 2/Knox 20 April 25, 2019 Project Number: 18-3007.3 & .4 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 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.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: Downey Farmstead Restoration Phase 2/Knox 21 April 25, 2019 Project Number: 18-3007.3 & .4 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 day of 2019. Name of Organization: By: Title: Downey Farmstead Restoration Phase 2/Knox 22 April 25, 2019 Project Number: 18-3007.3 & .4 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 day of , 2019. Notary Public: My Commission Expires: Downey Farmstead Restoration Phase 2/Knox 23 April 25, 2019 Project Number: 18-3007.3 & .4 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. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (April 30, 2019), 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. Bidder's Business Name Signature of Authorized Official* Printed Name Title 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. Downey Farmstead Restoration Phase 2/Knox 24 April 25, Z019 Project Number: 18-3007.3 & .4 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 ninety (90) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: NAME OF BIDDER Signature of Authorized Representative (Print Name and Title) Address Downey Farmstead Restoration Phase 2/Knox 25 Project Number: 18-3007.3 & .4 April 25, 2019 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, , as Principal, and , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of 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 Downey Farmstead Restoration Phase 2- Frager Road Restoration and Contaminated Soil Removal/Project Number: 18- 3007.3 &.4 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 DAY OF 2019. PRINCIPAL SURETY 20 Received return of deposit in the sum of $ Downey Farmstead Restoration Phase 2/Knox 26 April 25, 2019 Project Number: 18-3007.3 & .4 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Downey Farmstead Restoration Phase 2 Frager Road Restoration and Contaminated Soil Removal Project Number: 18-3007.3 & .4 NAME OF PROJECT NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Downey Farmstead Restoration Phase 2/Knox 27 Project Number: 18-3007.3 & .4 April 25, 2019 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:(Insert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signed] 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 Downey Farmstead Restoration Phase 2/Knox 28 Project Number: 18-3007.3 & .4 April 25, 2019 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) 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 VII 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 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: Timothy 3. LaPorte, P.E. Its (title) Its Public Works Director DATE: DATE: (title) __. APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Downey Farmstead Restoration Phase 2/Knox 29 Project Number: 18-3007.3 & .4 April 25, 2019 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signature and address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Bid the same unit price for asterisk (*) bid items.......................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................[I Subcontractors listed properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeand notarized ..............................................................❑ Certification of Compliance with Wage Payment Statutes....................❑ ProposalSignature Page......................................................................❑ AllAddenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof 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 OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Downey Farmstead Restoration Phase 2/Knox 30 April 25, 2019 Project Number: 18-3007.3 & .4 ATTACH SIGNS 30"AND UNDER WITH 2 DRIVE RIVETS,SEE NOTE 5 ATTACH SIGNS 36"AND OVER WITH CORNER BOLTS,SEE NOTE 6 0 SEE NOTES 9 AND 10 SS 0.030 BAND-IT BRACKET OR APPROVED EQUAL 0 SIGN POST SQUARE 2"x 2", <i 0 14 GAGE.ALL HOLES j o PRE-PUNCHED 0 0 0 3„ CORNER BOLT, 0 SEE NOTE 6 0 d a ° FINISHED GRADE 0 5/16"X 1"SS 0 BOLTS WITH 0 SS WASHERS 0 0 SET FOUNDATION ON 0 UNDISTURBED NATIVE SOIL JJYJ�� 0 OR COMPACTED MATERIAL ° SET ANCHOR PLUMB AND 3, ° TRUE,SEE NOTE 3 0 0 CONCRETE BASE SHALL BE MOUNTING ON STREET LIGHT 0 POURED IN PLACE AROUND STANDARD OR SIGNAL POLE ° ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING 6"� THE ANCHOR MIN. NOTES: 1. METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE,OR 5. DRIVE RIVETS TO BE TL3806 3/8"DIAMETER APPROVED EQUIVALENT. 2. FOR IN-SIDEWALK INSTALLATIONS,CORE AN 8"DIAMETER 6. CORNER BOLTS TO BE TL070M.JAMNUTS TL062 HOLE PRIOR TO EXCAVATION. 7. SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME 3. ANCHOR LENGTH SHALL BE 30",LENGTH MAY BE REDUCED TO SIGN DETAILS. 24"OR SIGN POST BASE PLATE INSTALLATION TYPE B MAY BE 8. PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE USED; ONLY IF APPROVED BY THE CITY OF KENT.ANCHOR MAINTAINED BY THE PROPERTY OWNERS. SHALL HAVE 4 EACH 7/16" DIAMETER HOLES ONE EACH SIDE 2"FROM TOP. FINISH SHALL BE ZINC HOT DIPPED 9. ALUMINUM SIGN BLANK THICKNESS; GALVANIZED MATERIAL TO MEET ASTM A500 GRADE B, 7 WARNING AND REGULATORY 30"AND UNDER-0.080". GAUGE,2 1/2"x 2 1/2"TELESPAR ANCHOR OR APPROVED WARNING AND REGULATORY 36"AND OVER -0.125" EQUIVALENT. 10, SHEETING MATERIAL: 4, POST SHALL BE ROLLED CARBON SHEET STEEL,ASTM 1011 WARNING AND REGULATORY-3M HIGH INTENSITY PRISMATIC GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M-120 SCHOOL SIGNS-3M DIAMOND GRADE DG3 YIELD STRENGTH 60,000 PSI MIN. SQUARE POST SHALL HAVE LEGENDS,SYMBOLS AND BORDERS-3M ELECTROCUT FILM 7/16"DIAMETER PRE-PUNCHED HOLES ON 1"CENTERS FULL LENGTH, FOUR SIDES. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT I F RI;y AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED 0Y TI IE S pF WAS�I�j ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT SIGN POST INSTALLATION 38296 w4 KENT TYPE A IONAL DRAWN DESIGNED COK SCALE NONE STANDARD PLAN CHECKED DATE FEBRUARY 2018 6_g 2 a M APPROVED ENGINEER G:\Standards\COK STD PLANS\REVISED 2014-15-16-17-18\Street REV.dwg,4/25/2019 9:52:07 AM o 0 0 0 o y e � �' � • 0000 -- - A 0 0 O O O O { 1 Z0000 W F- t= F- i ,. x i � < r w LLJ 0ww0 nii �Z n. -i� I IL i w w w w w J oJ J J J O F V O Z WF_z w . . C w o azw W w _ 0(Qj L aaaaa o z 1 2 z o zzzzzaaS ao = w Z5Saaaaaoo ~ > 1 w O 0 Z z a a a a a a 0 �-- �1— zzLU 0ZZ0wy f' L -: - � 50 � � � mw az� (l F_ ¢ ..I u wwLLJL, w7C7 � � � wU W QQ QQ mn• `I 4 < ry } � c Z W J Wz U O � � 4 � < LLI Q � O a � cr O U —J W _ o z i o F W LU wO •zo ` ° W p O wz pCO z � 00 0 U) z W CO o � O (I m � W Q Q zNow o U g LAJ ._..� zmz N U m ? �W Lo < F LJL j OIL Z 9 2 Q d nJ Z6:f fi102 SZ b �c'y3nOO l0 LOO£-Bl W .u.oO LOOP-Bl plwu�u3:� �U ZWJ o17, wz Ld -i �a Km� / J� ! a \ \\; \1 11 . `o.�w ��Hw QV, J m¢ ��� � � � `� /�� \\ V A VA\\VA `s1\'A ' \\ ����c wcrw Z Wz li lXroF� w Ld off \\\\\\ d ;+ i . z z-u m9w ♦ <`��\ v\V v \A1\ �� a v v ¢"'gam'vA\\ VA1v1v'� zx o i o'baWo�S 03 V�SFa i¢ €owl Jui¢o.�KpLIJ oN a6d o \ \\ \ g w�>< fyoC'i owol a �z� �\ —, -1�_- \\\ w�aw ,` � � \\• \\ \\\ a = pp Orcaprc ZR`i�rW=WYWo>5Lj yA�*'VAV \ � v� ozoW�\ VA A• \ ,v AV N m?1 Y Y U NUa�W �21ILi ���H \ Ln Il \111C`11 .. l {ir \\\\\ \ Z� �'.�\ \ \ \ .WUO •\ \ �, Uz 'I v� A i m =b 3 z g ."a d+s�0�yv�q(Y14 J- eY\ L - Wd Zh[6lOZ b Np'NV1d�S3L SO LOpC-GI •p WOQ LOpC-91 plwupyn +J I U�-wF � p¢qap so t ��� �^- � wow '✓'i' y y>p Z�N wZQF W�W ZwZ '\, 2 ��oZ08o6 a> M Z zwawNz � -= Z Oz-MY > jr ° a Q 00 Pf a� 8!< 0 5",/ t xmi +g 00 m KK�R x i vai-o-II$ d 4w4 o>- a$¢ ,`x Z �o x w In s '33� z' m a N w 6 10/1 �L.�W WNYaU UO�m 3Z< s 40 F$g+ { .ice i Q J Q0 x� J Y-CH a'JW m 0 >" I 9i i $'mow iwww c<im 613 $� 3NtOz .> rho$ z`�ow �� i N 3dOIS NOIIVAVOX3 30 dol. o¢¢ W z ��< �F$ om �' '�$ 4 1 ld,ii ! S\ /,: zm a m I a Q ¢ <� o:zpWY ! <"\ 1N3Y13AVd 30 3003 �['i w Z fb $ �Nz o Aso Nwrcz I�1 \I\ OVOiJ 830YU ONLLSIX3 az $z�� >o" w� xo m xo op� mo p,ie \oa` \ v��v. Aar,w dd�v1�v1n11\vv\ W vwiz w�s�a�w w3���� wawa�cowa ��\� z O mwW > 44 di y \A 1 v 1 AI A VA v 1 �+1.I ?.;� � �� � 1\aPo�r\W 1oa � Po.. V A QK' - 1 �1!\vvv` •• t� vo-� i W i �)Ila���z�d + g v'Vv, N 11�. Av Apt\,vv vvA�V act o'm`��$ vv'1 v Vvw1�\v\vv 1 11 t5 vti�1v111<m $z�< 1 imN 2 vA �� 1 �vv p ��dvvvv fP'`11ii14VvpA1 ti41 `y`�1 V. F< \ 1 \\1•�l \\ \ � , 11 I-N11111\ \ Y O \1T.1I\I,IW N r 1 N 1 p 1 \ \\ \\ a 1, A l 1 4V11 ;1 4 i +N1 E W i £1133HS NO V N01133S 335 \111 \ 1\\rl\ ",1 •� $ i1�\1.1 �, l N \\:\\ w a W. I -It `11VN1 03SOdONd 30 3003 'z 0 1�4p 111 o 111:, 1 1�1 \VI \�\�A F a' w 1 hl� - Iv1 0 I Z 111., WJa I1 +L yam$\ p\ has � z� � � �� v \k�• mil V a �� Vv wv+_`vA 1� v. Ali \ sSg I IIX V. OF- 1V1I !n �J- x oo p, Z �rcN as"Iz�Zi \\ Ro p '\\.OI."n ma �o Re <o X Q a L•k \ mj \ '�� krczd<a ! .�le'^\ �` W 0] c� �\\ •�- a'b. ¢ + C\ o mx� � J�Cw I•% \p�\`�\ \; 0u 3W�Wm c N � '`"� .O •ti \\ m � J W I I \ \'�� �� W o i I �lmF$ffi yp z. den sk' t'°' �``• '" � � ,I OVON LWvhu ONILSIX3 Y o Z p �_ y , aW v� zg b w -+ - 'i°'.0 4 MULLENL h, y0i II1I l�I AIII ;; Wd 2Y f.1oz SZ 1 MP'—d NOLLtlAb0%3 PO L00[-pl LOOP-Bl %�. rn�3 0 e n00b�w� N LL N z < h w z _ 6 �Q z�ao4 O20 3rW o �^�o �a Y zY VOy1Wm <lo �Wd' U W� F 3p�� < r5-- NUJ N>y c�5LLJ �o iZ c>� WSi i�� o.mz K�O 0 plu_ < t5 zu Ftwi zl-n 0 a Qy m w sa ai �i ZZ< �ooi� Z rc S � ¢moo < 7^- 3< 3< H6 <U F� W p W W Zz> ti Fn ppp Uwz J gaw Z ab �� uN Tam zazm zmoLL W a 3 ~ o>a Ny p ���o J a 61 aoo i o o d'4K zk &$ -66 U ca <o W W owr W �� n� ,� F$� �z aN�z V " } I z Wax Ww6 _�, .-`�' ��u zhwa u�� l—El p E 3� ZNZ O YD a a :2 0 W z a ��a a x a o p 8 p _ N69'Zb�93 n W $g R 00 _ Cif G M QO d Z O an 0CC.O C 0 n 8 W $n ti�od b ltJ :q• v d a+m$ K+r=z 89 .9e 00 Z4 93 rOf / wNzI rE " o 1 Z �o � a �No •- N { U lm w8 �^�m zFrF I �urc r U Z �+� m+8 <}� m8 -- ....._..... I i 04'L4:'J! g $ �, R zr ?�f li0�r 00zb03 lz -HMa z I m i I ^ F 20 r I 1 I b41b 03 9 m 1 o N 1 w � 1 Q I ' N � 11 r i a a fa zol E5 Fa a z 11. 111 �2 -.f�..--__�___._..__. tcara� 8 nl 133Hc 33_c -- �' 33S z �Ys Ol 133Hc fb'1b93 n Z OO+LZ :ylS 3NIlHOlbW N 00+L1 �V15 3NI�H31b'W � W 3 _ I ill , I I i i I Wd ZbT 8102 SL♦ xD'00+K OL OD+LZ NOLLVtS 31Lb8d ONx NYId OYON 830tltV^^[00[-9l Z ' �W LOOf-9l PiWwoy.- a ' INDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Kent Standard Plans Section 6 WSDOT Standard Plans Section 7 King County Standard Plans Section 8 Downey Farmstead Restoration Construction Stormwater General Permit Section 9 King County Permits: Shoreline Exemption and Clearing and Grading Permit Section 10 Contaminated Soil Memo and Map Section 11 Traffic Control Plans Section 12 Prevailing Wage Rates C."ITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL. PROVISIONS FOR Downey Farmstead Restoration Phase 2 - Fra r Road Realignment d Contaminated Soil Removal r C r: 1 --3007.3 & . BIDS ACCEPTED UNTIL BID OPENING April 30, 2019 April 30, 2019 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY L 220 4th Avenue S., Kent, WA 9032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR * r� 37912tST , 40 KENT WAS H I N G T 0 N BIDDER'S NAME Scarsella Bros., Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Downey Farmstead Restoration Phase 2 - Frager Road Realignment and Contaminated Soil Removal Project Number: 18-3007 . 3 & A BIDS ACCEPTED UNTIL BID OPENING April 30, 2019 April 30, 2019 10:45 A.M. 11 :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 IN 4^4�� KENT W A S HI NGTON 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 Kent Standard Plans WSDOT Standard Plans King County Standard Plans City of Kent Construction Stormwater General Permit King County Permits: Shoreline Exemption and Clearing and Grading Project Contaminated Soil Memo and Map Traffic Control Plans 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 April 30, 2019 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: Downey Farmstead Restoration Phase 2 Frager Road Realignment and Contaminated Soil Removal Project Number: 18-3007.3 & .4 The project consists of relocating approximately 2,100 linear feet of Frager Road, construction of a separated bike trail and removal of approximately 7 tons of arsenic contaminated soils. The project site is bounded by the Green River to the north and east, SR 516 to the south, and the bridge crossing at Mullen Slough to the west. Frager Road is currently located adjacent to the south bank of the Green River and will be relocated further away from the river and closer to the toe of the SR-516 roadway embankment. The project includes approximately 1,750 tons of Hot Mix Asphalt and 2,900 tons of crushed rock. Approximately 8,800 CY of soils will be excavated onsite and placed as fill for the new Frager Road. Additionally, roughly 5,300 SY of asphalt will be removed and reused as roadway fill for the new Frager Road. All of the above work is necessary as preparation for the future Downey Farmstead Restoration project, which will improve salmon habitat and reduce flood risk along the Green River. All work will be in accordance with the Contract Plans, Kent Special Provisions, and the current WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately $750,000-850,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Matt Knox at 253-856-5551 or Melissa Dahl at 253-856-6511. 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. Plans and specifications can also be downloaded at no charge at KentWA.4ov/doing- business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixt (60) days after the day of bid opening. Dated this 1511 day of April, 2019. BY: Kimberley A. K oto, City Clerk Published in Daily Journal of Commerce on April 16 and 23, 2019. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date April 30, 2019 This statement relates to a proposed contract with the City of Kent named Downey Farmstead Restoration Phase 2 Frager Road Realignment and Contaminated Soil Removal Project Number: 18-3007.3 & .4 I am the undersigned bidder or prospective contractor. I represent that - 1. I X have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Scarsella Bros.. Inc. NAME OF BIDDER BY: S NATU RE/ T L E P.O. Box 68697 Seattle, WA 98168 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Downey Farmstead Restoration Phase 2/Knox 1 April 25, 2019 Project Number: 18-3007.3 & .4 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 to f I I th fiv equirements referenced above. By: For: Scarsella Bros., Inc. Title: Vice President Date: April 30, 2019 Downey Farmstead Restoration Phase 2/Knox 2 April 25, 2019 Project Number: 18-3007.3 & .4 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Downey Farmstead Restoration Phase 2/Knox 3 April 25, 2019 Project Number: 18-3007.3 & .4 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Downey Farmstead Restoration Phase 2 — Frager Road Realignment and Contaminated Soil Removal/Project Number: 18-3017.3 & .4 that was entered into on the (Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: Date: Downey Farmstead Restoration Phase 2/Knox 4 April 25, 2019 Project Number: 18-3007.3 & .4 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Scarsella Bros., Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Downey Farmstead Restoration Phase 2 — Frager Road Realignment and Contaminated Soil Removal/ Project Number: 18-3017.3 & .4 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Downey Farmstead Restoration Phase 2/Knox 5 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE IA - ROAD ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization WSDOT LUMP SUM Per LS 1025 2-01.5 50 Removal of Debris and $ I Do.C)() $ '5 000.oc-) KSP CU YDS Garbage Per CY 1030 2-01.5 1 Clearing and Grubbing $�'sco $ KSP LUMP SUM Per LS 1040 2-01.5 1 Transport of Stockpiled $�,MD.0�> $ log D00_Do KSP LUMP SUM Materials to New Storage Per LS Location 1050 2-02.5 50 Saw Cut Existing Asphalt $ 7.oD $ 3�4.op KSP LN FT Concrete Pavement Per LF 1063 2-03.5 8,809 Excavation and Reuse of Soil $ H,—�D $ KSP 10,000 for Realigned Frager Road Per BCY 43,W-t o[� B CU YDS Embankment Incl. Compaction 1070 2-12.5 i ']� Woven Geotextile Fabric $ t $ 01 Co.CFO KSP 8,000 Per SY SQ YDS 1085 4-04.5 2,400 Crushed Surfacing Base $ ao.15 $ y q, gap•ap * KSP TONS Course, 1-1/4 Inch Minus Per TON 1095 5-04.5 1,500 HMA Class 1/2", PG 64-22 $ $$.c?v $ * KSP TONS Asphalt Overlay Per TON * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Downey Farmstead Restoration Phase 2/Knox 6 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE IA - ROAD ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1110 2-02.5 5,300 Rubblize and Relocate Asphalt $ 3.S�D $ 5-5b.Cz KSP SQ YDS Concrete Pavement for Use as Per SY ATB 1330 2-07.5 100 Watering $ �,� $ Soco.op KSP MGAL Per MGAL 1355 1-04.4(1) 1 Minor Changes $8,500.00** $8,500.00 WSDOT CALC Per CALC "Common price to all bidders Sub Total $ 318,q C;0 10% WA State Sales Tax $ I , ago.cx� Schedule IA Total $ 15vl-tgo•vo Downey Farmstead Restoration Phase 2/Knox 7 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE IB - TRAIL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1085 4-04.5 -5 8 Crushed Surfacing Base $ A-0,75 $ 15,5('-) .5D * KSP 750 Course, 1-1/4 Inch Minus Per TON TONS 1095 5-04.5 275 HMA Class 1/2", PG 64-22 $ 88•«� $ ,Z�•� * KSP TONS Asphalt Overlay Per TON 1355 1-04.4(1) 1 Minor Changes $2,750.00** $2,750.00 WSDOT CALC Per CALC **Common price to all bidders The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Sub Total $ �2,7 i2.•Sv 10% WA State Sales Tax $ •2-5 Schedule IB Total $ Atul'itP3•'15 Downey Farmstead Restoration Phase 2/Knox 8 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE IC- CONTAMINATED SOIL REMEDIATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1400 2-14.5 7 Excavation of Contaminated $ 5bro-O $ 3so.op KSP TONS Soil Per TON 1405 2-14.5 7 Haul Offsite and Dispose of $ I Do.Ob $ lop,as KSP TONS Contaminated Soil Per TON 1410 1-07.5 1 Health and Safety Plan $/,d5b.bD $ 1,2So,bZ-) KSP LUMP SUM Per LS Sub Total $ ,3oD.00 10% WA State Sales Tax $ a30, o0 Schedule IC Total $ a�5 3D. pD Downey Farmstead Restoration Phase 2/Knox 9 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE ID - EAOTuWnnv REMOVAL AND DISPOSAL OF CENTRAL EMBANKMENT AREA ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1065 2-81.S 10,000 Excavation, Including Haul $ $ tt3,OCZ',00 * 2-03.5 B CU YDS and Disposal Per BCY KSP The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Sub Total $ 1",vao•W 10% WA State Sales Tax $ ifr ,3oo.vv Schedule ID Total $ 300•Gk:> Downey Farmstead Restoration Phase 2/Knox 10 April 25, 2019 Project Number: 18-3007.3 a .4 SCHEDULE IE — REMOVAL AND DISPOSAL OF EAST AND WEST ENDS OF PROJECT ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1065 2-03.5 3,000 Excavation, Including Haul $ $-1t2,,9C)0.o0 * KSP B CU YDS and Disposal Per BCY The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Sub Total $ 10% WA State Sales Tax $ 00 Schedule IE Total $ yo Downey Farmstead Restoration Phase 2/Knox 11 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE V - EARTHWORK ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 5005 1-10.5 200 Traffic Control Labor $ l -,)5 $ 13, C>rTO,00 KSP HOURS Per HR 5010 1-10.5 500 Construction Signs Class A $ a co $ (oi bba.aa WSDOT SQ FT Per SF 5012 1-10.5 1 Temporary Traffic Control $315-W-bb $ 3�5M.M KSP LUMP SUM Devices Per LS 5015 1-10.5 50 Traffic Control Supervisor $ 9"5 $ 0,507,,�7D KSP HOURS Per HR 5030 1-10.5 90 Operate and Maintain Portable $ 7$.ao $ ( 750,p� KSP DAYS Changeable Message Sign Per DAY (PCMS) Sub Total $ -33,57/P7 5-0 10% WA State Sales Tax $ 3,3b-7?, 75 Schedule V Total $ acz Downey Farmstead Restoration Phase 2/Knox 12 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 7000 8-01.5 5.3 Seeding, Fertilizing, and $ $ KSP ACRE Mulching Per AC 7010 8-01.5 4,000 Wattle $ q,aD $ WSDOT LN FT Per LF 7033 8-01.5 350 Stabilized Construction $ AG.00 $ `7,b6D,C)a WSDOT SQ YDS Entrance Per SY 7034 8-01.5 20 ESC Lead $ 35'M $ 117tb-m KSP HOURS Per HR 7035 8-01.5 50 Street Cleaning $ ISD-M $ 7; WSDOT HOURS Per HR Sub Total $ '4t2'735.W 10% WA State Sales Tax $ At,253.50 Schedule VII Total $ 4tQ,1S8 .50 Downey Farmstead Restoration Phase 2/Knox 13 April 25, 2019 Project Number: 18-3007.3 & .4 SCHEDULE VIII — PERMANENT SIGNING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 8000 8-21.5 1 Permanent Signing $�,75-0-60 $ bD KSP LUMP SUM Per LS Sub Total $ a��7�U. Da 10% WA State Sales Tax $ a`IS,oD Schedule VIII Total $ 3� b as, Downey Farmstead Restoration Phase 2/Knox 14 April 25, 2019 Project Number: 18-3007.3 & .4 BID SUMMARY Schedule IA 3�60.-1CJv•0C2 Road Schedule IB L93.17 Trail Schedule IC Contaminated Soil Remediation Schedule ID t.5-7 -j.00.00 Earthwork Removal and Disposal of Central Embankment Area Schedule IE *-1 , 14210 .00 Removal and Disposal of East and West Ends of Project Schedule V 3Lot g2.-t.- 5 Traffic Control Schedule VII 4tL9,q QF� .45o Temporary Erosion & Sedimentation Control Schedule VIII 3102.1,•Od Permanent Signing t,y 6v TOTAL BID AMOUNT -# 691 )3i� Downey Farmstead Restoration Phase 2/Knox 15 April 25, 2019 Project Number: 18-3007.3 & .4 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Downey Farmstead Restoration Phase 2 — Fraser Road Realignment and Contaminated Soil Removal Project Number: 18-3007.3 & .4 Subcontractor Name Item Numbers 10015 Subcontractor Name V-,►Jen ��c�rLvS�E���-►G� Item Numbers -x ood Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Downey Farmstead Restoration Phase 2/Knox 16 April 25, 2019 Project Number: 18-3007.3 & .4 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Scarsella Bros., Inc. Project Name: Downev Farmstead Restoration Phase 2 - Frager Road Realignment and Contaminated Soil Removal Project Number: 18-3007.3 & .4 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontra ame: P.O. Box 68697 S nature of Bidder Date Downey Farmstead Restoration Phase 2/Knox 17 April 25, 2019 Project Number: 18-3007.3 & .4 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. Downey Farmstead Restoration Phase 2/Knox 18 April 25, 2019 Project Number: 18-3007.3 & .4 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: Scarsella Bros., Inc. NAME: Bob Scarsella ADDRESS: P.O. Box 68697 Seattle, WA 98168 PRINCIPAL OFFICE: P.O. Box 68697 ADDRESS: Seattle, WA 98168 PHONE: (253) 872 - 7173 FAX: (253) 395 - 1209 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. See Attached. 1.2 Provide your current state unified business identifier number. 578-035-242 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. Master License Attached. Employment Security No. 219,514-00-1 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under Downey Farmstead Restoration Phase 2/Knox 19 April 25, 2019 Project Number: 18-3007.3 & .4 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). See Attached. 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. See Attached. 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? 72 Years 2.2 How many years has your organization been in business under its present business name? 60 Years 2.2.1 Under what other or former names has your organization operated? Scarsella Bros. 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation:June 10, 1958 2.3.2 State of incorporation: Washington 2.3.3 President's name: Not Used 2.3.4 Vice-president's name(s): A. Don Scarsella, Bob Scarsella, Gino Scarsella 2.3.5 Secretary's name: A. Don Scarsella Rick Scarsella 2.3.6 Treasurer's name: Not Used 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: N/A 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: N/A 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: N/A 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Downey Farmstead Restoration Phase 2/Knox 20 WA State: SCARSBI183138 April 25, 2019 Project Number: 18-3007.3 & .4 City of Kent: BLC-8809640 3.2 List jurisdictions in which your organization's partnership or trade name is filed. N/A 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Clearing/grubbing, grading, drainage, sewer, water and bridge construction. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. See Attached. 4.4.1 State total worth of work in progress and under contract: $267,000,000 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. See Attached. 4.5.1 State average annual amount of construction work performed during the past five years: $132,000,000 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See Attached. 4.7 On a separate sheet, list your major equipment. See Attached. 5. REFERENCES 5.1 Trade References: NC Machinery, Mack Truck 5.2 Bank References: Banner Bank, Eric Scroggins 425-739-1069 5.3 Surety: 11431 Willows Rd NE, Ste 140, Redmond, WA 98052 5.3.1 Name of bonding company: Liberty Mutual Insurance Company 5.3.2 Name and address of agent: Propel Insurance, Jim Binder 206-948-3819 Downey Farmstead Restoration Phase 2/Knox 21 925 Fourth Ave, Ste 3200 April 25, 2019 Project Number: 18-3007.3 & .4 Seattle, WA 98104-1159 6. FINANCING 6.1 Financial Statement. Will be submitted upon award of the contract. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: 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 30th day of April , 2019. Name of Organization: Scarsella Bros. Inc. By: Title: Vice President Downey Farmstead Restoration Phase 2/Knox 22 April 25, 2019 Project Number: 18-3007.3 & .4 7.2 Bob Scarsella , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 30th day of April , 2019. Notary Public: fin; Mary;so,-% �....,�.�` My Commission Expires: 5- 1- 20aQ. t "Io� R/�o NOTARY��W --e-- �, PUBLIC = OR1.2022 �f WAS�� Downey Farmstead Restoration Phase 2/Knox 23 April 25, 2019 Project Number: 18-3007.3 & .4 Department of Labor and Industries SCARSELLA BROS INC PO Box 44450 Olympia, WA 98504-4450 Reg: CC SCARS131183B8 UBI: 578-035-242 Reg, istered as provided by Law as: Construction Contractor (CCO I) - GENERAL 616 SCARSELLA BROS INC Effective Date: 1128/1982 P 0 BOX 68697 Expiration Date: 5/7/2019 SEATTLE WA 981680697 City of Kent Business License SCARSELLA BROS INC PO BOX 68697 SEATTLE,WA 98168-0697 RECEIVED FEB 0 5 2019 SCARSELLA SROS- INC,. Please tear at perforation -------------------- ---- -------------------------- PerBUSINESS LICENSE and RCw 82.14 use tax ma ststbbelocal sales and e coded LICENSE MUST BE PAID ANNUALLY BY No.*1715 for all qualified JANUARY 1st TO AVOID PENALTY sales within the city of Issuance of License Does Not Imply Licensee's Kent. Compliance with State and Local Laws THIS LICENSE MUST BE POSTED IN A CONSPICUOUS 2019 PLACE.NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS BLC-8809640 �� SCARSELLA 15ROS INC MAYOR 8404 S 196 ST The City of Kent Tax Registration Y KENT,WA 98031 Endorsement At 2204TH AVE SO KENT,WASHINGTON 93032 'SY;14jp BUSINESS LICENSE r„ , to� STATE OF WASHINGTON Unified Business ID#: 578035242 � Business ID #: 001 Corporation Location: 0001 SCARSELLA BROS. INC. Expires: Jun 30, 2019 SCARSELLA BROS., INC. 8404 S 196TH ST KENT, WA 98031-1884 UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE -ACTIVE ` ?aj TAX REGISTRATION #578-035-242 -ACTIVE I CITY ENDORSEMENTS: f: SUMNER GENERAL BUSINESS -ACTIVE PORT ORCHARD GENERAL BUSINESS -ACTIVE OLYMPIA GENERAL BUSINESS #26435 -ACTIVE BELLINGHAM GENERAL BUSINESS -ACTIVE FIFE GENERAL BUSINESS - NON-RESIDENT- ACTIVE LACEY GENERAL BUSINESS #6172 -ACTIVE 'rh , LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. t �4 :t 6 jj This document lists the registrations,endorsements,and licenses authorized for the business �~ named above.By accepting this document,the licensee certifies the information on the application was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue Heavy-Highway • Construction t ' An Equal `E6 4EXf44�C o, Opportunity Employer iA C..a 0�AMEM6p s April 30, 2019 1. STATUATORY REQUIREMENTS 1.4 STATEMENT To Whom It May Concern: This statement is to certify that Scarsella Bros., Inc. has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.05(3) in the past three (3) years. Should you have any questions or concerns, please feel free to call. AScarsella Vice President P.O.Box 68697 - Seattle,Washington 98168-0697 - Tel: (253) 872-7173 - Fax: (253) 395-1209 AK Lic. #34714 - AZ Lic. #ROC249216 - CA Lic. #779354 - ID Lic. #10394-Unlimited-1-2 MT Lic.#146627 - ND Lic.#44607 - OR Lic.#96884 - UT Lic.#7646917-5551 - WA Lic.#SCARSBI183B8 Heavy-Highway 0 0 Construction An Equal 1 o� Opportunity •, Employer ,A CSa 9,AMF0.\Cp 4.4 Major Construction Projects Job: L300 Temporary Access Owner: Sound Transit Engineer:Jacobs Contract Amount: $20,495,419.88 Percent Complete: 0% Schedule Completion: December 2019 Job: Green River Natural Resource Area (GRNRA) Storm Water Force Main Owner: City of Kent Engineer: City of Kent Contract Amount: $1,787,933.30 Percent Complete: 0% Schedule Completion: September 2019 Job: S. 228th St UPRR Grade Separation Ground Improvements& Embankments Owner: City of Kent Engineer: City of Kent Contract Amount: $7,760,955.20 Percent Complete: 0% Schedule Completion: November 2019 Job: S. 228th St. UPRR Grade Separation Bridge and Roadway Phase 5 Owner: City of Kent Engineer: City of Kent Contract Amount: $13,802,146.40 Percent Complete: 0% Schedule Completion: September 2020 Job: Blue Creek Bridge and Mill Creek Road Improvements Owner: Walla Walla County Public Works Engineer: Anderson Perry&Associates, Inc. Contract Amount: $9,737,717.38 Percent Complete: 25% Schedule Completion: November 2019 P.O.Box 68697 Seattle,Washington 98168-0697 Tel: (253) 872-7173 Fax: (253) 395-1209 AK Lie. #34714 AZ Lie. #ROC249216 - CA Lie. #779354 - ID Lie. #10394-Unlimited-1-2 MT Lie.#146627 - ND Lie.#44607 - OR Lie.#96884 - UT Lie.#7646917-5551 WA Lie.#SCARS131183138 Job: SR 510 Interchange-Reconstruct Interchange-MP 110.14 to 112.50 Owner: Washington Department of Transportation Engineer: CH2M Contract Amount: $25,935,935.35 Percent Complete: 45% Schedule Completion: December 2019 Job: Stetson Heights Grading Owner: Stetson Heights LLC Engineer: Team 4 Engineering Contract Amount: $2,140,125.94 Percent Complete: 85% Schedule Completion: June 2019 Job: US 101 Coffee Creek Remove Fish Barrier Project Owner: Washington Department of Transportation Engineer: Parsons Engineering Contract Amount: $13,889,997.00 Percent Complete: 0% Schedule Completion: June 2020 Job: LID 363: S. 224th St. Improvements- 84th Ave S to 88th Ave S Owner: City of Kent Engineer: City of Kent Public Works Department Engineering Division Contract Amount: $4,055,037.74 Percent Complete: 80% Schedule Completion: June 2020 Job: 2017 Lora Lake Apartments MTCA Remediation Projects Owner: Port of Seattle, Engineer: CH2M Contract Amount: $9,061,465.00 Percent Complete: 80% Schedule Completion: July 2019 COMPLETED CONSTRUCTION PROJECTS CONTRACT A 40VNI COMPLETION DATE START DA'I Sinnema Quaale Upper Revetment Reconstruction $6,565,495.00 01/17 06/22/15 Contract No. 97415 King County, 201 S. Jackson, Ste. 600, Seattle, WA 98 1 04-3 855 Chase Barton,206-477-4854, chase.barton@kingcounty.gov Type of Work: Bank Revetment/Site Work(Prime), Estimated Cost of Prime Work 70% BNSF WSDOT ARRA Task 3 Eavan I Slope Enhancement $854,652.00 12/16 08/15/16 Contract No. 9986 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S.,Suite 2D, Seattle, WA 98134 Ryan Chan,206-625-6423, ryan.chan@bnsf.com Type of Work: Embankment(Prime), Estimated Cost of Prime Work 90% Runway 16C —34C Reconstruction Project $51,844,012.12 12/16 03/16/15 Contract No. 318131 Port of Seattle, 2529 So. 194`h St., SeaTac, WA 98188 Todd Rehm,206-787-5747, rehm.t@portofseattle.org Type of Work: Runway Reconstruction(Bid as Scarseila Bros. Inc.—Acme,A Joint Venture),(Prime) Estimated Cost of Scarsella Bros. Inc. Work 40% West Snoqualmie Valley Rd NE (NE 80d`St.to Ames Lake- $3,824,901.00 12/16 3/15/16 Carnation Rd NE) Contract No. 99415 King County, 401 Fifth Ave. 3`d Floor, Seattle, WA 98104 Jeff McCarthy, 206-423-1086,jeff.mccarthy@kingcounty.gov Type of Work: Road Construction,(Prime), Estimated Cost of Prime Work 50% S. Spokane St. @ I-5 Seismic Backbone $1,136071.00 11/16 09/01/16 Contract No.2015-080 City of Seattle, P.O. Box 94687, Seattle,WA 98124-4687 Shaunie Cochran,206-255-6713, Shaunie.cochran@seattle.gov Type of Work: Utilities, (Prime), Estimated Cost of Prime Work 80% So. 228`h St Grade Separation @ UPRR $143,280.00 10/16 09/12/16 Pier 2 Bridge Shaft Construction Contract No. 07-3022 Owner: City of Kent,220 4`h Ave S., Kent, WA 98032-5895 Jason Barry, 253-856-5546,jbarry@kentwa.gov Type of Work: Site Work, (Subcontractor to SB Structures, LLC) SR518 1/C Restoration at Des Moines Memorial Dr. $982,701.00 10/16 06/20/16 Contract No. 318406 Port of Seattle, P.O. Box 68727, SeaTac, WA 98168 Todd Rhein,206-787-5747, rehm.t@portseattie.org Type of Work: Interchange Restoration(Prime), Estimated Cost of Prime Work 40% 1-90 Mullan to Montana State Line, 4VB & EB Lanes $6,279,043.00 10/16 04%13/15 Contract No. 7875 Idaho Transportation Department, 600 W. Prairie Ave., Coeur d'Alene, ID 83815-8764 John Perfect, 208-772-1224,john.perfect@itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 40% Construction Logistics Expansion $2,291,647,00 101"16 02/19/16 Contract No. 3 183 15 Port of Seattle, P.O. Box 68727, SeaTac, WA 98168 Atisa O'Haver-Ayala, 206-787-4447, O'Haver.A@portseattle.org Type of Work: Site Work(Prune), Estimated Cost of Prime Work 909N COMPLETED CONSTRUCTIOi�t PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAT Mellen St. to Blakeslee Junction Stage $49,091,281.00 10lt6 08i05113 Contract No. 8473 WSDOT, 1411 Rush Rd.,Chehalis, WA 98532-8721 Colin Newell, P.E., 360-740-8603, newellcVwsdot.wa.gov Type of Work: Highway/Bridge (Prime), Estimated Cost of Prime Work 40% 1-90 Golf Course Rd-Improve Park& Ride Lot $1 18,474.00 09/16 09/06/16 Contract No. 8956 WSDOT,2809 Rudkin Rd, Union Gap, WA 98903 Scott Golbek, PE 509-577-1880, gotbeks@wsdot.wa.gov Type of Work: Site Work, (Prime),Estimated Cost of Prime Work 80% Vicinity MP 88 Slide Slope Stabilization $648,391.50 09/16 08/15/16 Contract No. 8936 WSDOT, 821 Airport Ct. SE,Tumwater, WA 98501 Dewayne Matlock,PE 360-570-6750 matlocd@wsdot.wa.gov Type of Work: Emergency Slope Stabilization, (Prime), Estimated Cost of Prime Work 80% South Big Lake Road Realignment $5,449,339.00 09/16 10/10/13 Contract No, 14032 Matanuska-Susitna Borough, 350 E. Dahlia Ave., Palmer, Alaska 99645 Michael Campfield,907-745-981 1,mcampfield@matsugov.us Type of Work: Highway(Prime),Estimated Cost of Prime Work 60% So. 352nd St. Extension(Pacific Hwy. S.to Enchanted Pkwy S.) $2,740,627.00 08/16 02/01/16 Contract No. 15015 City of Federal Way,33325 8ch Ave. S., Federal Way, WA 98003 Naveen Chandra, O: 253-835-2729, C: 253-797-6820, naveen.chandra z cityoftederalway.com Type of Work: Highway Construction(Prime), Estimated Cost of Prime Work 40% Nine Canyon Road(Beck Rd. to Mills Rd.) $1,851,295.00 07/16 02/22/16 Contract No.1922 Benton County, P.O. Box 1001, Prosser, WA 99350-0954 Bryan Thorp, 509-786-561 1,bryan.thorpe@co.benton.wa.us Type of Work: Site Work(Prime),Estimated Cost of Prime Work 70% Puyallup River Bridge—Bridge Replacement $1,1 14,003.00 07/16 02/02/15 Contract No. 8685 WSDOT, P.O. Box 47354,Olympia, WA 98504-7354 Dan Selby, (Selby Bridge - Contractor) 360-696-2675, DBSetby@msn.corn Type of Work: Bridge Replacement(Subcontractor to Selby Bridge) HSIP: Parks Hwy, Grade Separation 2014 Design Build- S 1,132,006.00 06/16 03/07/16 Montana Crossing Contract No.102938 Alaska DOT,4111 Aviation Ave., Anchorage, AK 99519-6900 Kyle Johnson, (Kiewit Infrastructure West Co. - Contractor) 360-693-1478, kyle.johnson@kiewit.com Type of Work: Site Work(Subcontractor to Kiewit Infrastructure West Co.) ST2 Track Improvement Project- Easement 3 S6,289,839.00 06/16 06/29/15 Contract No. 8161 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Chuck Moore, 206-625-6211, Chuck.Moore@bnsf.com Type of Work: Track Embankment, Bridges& Retaining Walls(Prime), Estimated Cost of Prime Work 52111/o COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAI SR99iW Fork Hylebos Creek-Fish Passage $1,340,282.00 06/16 06/01/15 Contract No. 8698 WSDOT, 6431 Corson Ave. So.,Seattle, WA 98108-3445 Mike Askarian,206-768-5862, askarim@wsdot.wa.gov Type of Work: Creek Realignment(Prime),Estimated Cost of Prime Work 60% Bogard Road Extension East $19,436,852.00 06/16 06/18/14 Contract No. 14121 Matanuska-Susitna Borough, 350 East Dahlia Ave., Palmer, AK 99645 Pierre Stragier, P.E.,907-861-7727,pierre.stragier@matsugov.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Tumwater Auto Dealership Project $186,700.00 05/16 05/02/16 Contract No. 16-04 BJR Holdings, LLC,2225 Carriage Dr. SW,Olympia, WA 98502 Lorenz Schock, (Schock& Co. -Contractor)360-918-6204, Lorenz@schockandco.com Type of Work: Site Work(Subcontractor to Schock&Co.) Retreat Meadows—356"' St. Sewer S136,605.00 05/16 03/21/16 Contract No. 2016.01 Landmark Homes, Inc., P.O. Box 26116, Federal Way, WA 98093 David Litowitz,253-927-6116, djlito@comcast.net Type of Work: Sewer(Prime), Estimated Cost of Prime Work 100% Spencer Creek Business Park Site Pre-Load $1,039,900.00 05/16 02/01/16 Contract No. 2015-47 Port of Kalama, 110 W. Marine Dr., Kalama, WA 98625-9500 Eric Yakovich,360-673-2337,eyakovich@portofkalama.com Type of Work: Site Work, (Prime),Estimated Cost of Prime Work 100% I-405,NE 6`h St. to I-5 Widening& Express Toil Lanes $16,977,701.00 04/16 07/16/12 Contract No. 3800 WSDOT, P.O. Box 47354, Olympia, WA 98504-7354 Billy Gaynor, (Flatrron-Prime Contractor)760-916-9100,bgaynor@flatironcorp.com Type of Work: Highway (Subcontractor to Flatiron) BNSF WSDOT ARRA Task 17 Slope Stabilization $3,716,27I.00 03/16 8/17/15 Contract No. 8259 Burlington Northern& Santa Fe Railway Co., 2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Ryan Blumer,206-625-6146,james.blumer@bns£com Type of Work: Slope Stabilization (Prime), Estimated Cost of Prime Work 60% Grading& Drainage FFO-US20 PME: UPRR-Eddyville(Ph. 3) Corvallis-Newport Hwy. $41,567,739.00 03 16 05,'05(14 Contract No. 14670 Oregon DOT, 3700 SW Philomath Blvd., Corvallis, OR 97333 Steve Schultz, P.M., 541-757-4104.steven.schultz@odot.state.or.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 40% Snohomish River Bridge to US 2 Vic-Widening& Safety $77,188,081.00 03/16 06/27/1 1 Contract No. 8128 WSDOT, 9029 El Capitan Way, Everett, WA 98208-3637 Tim Nau., 425-225-8726, naut@wsdot.wa.gov Type of Work: Highway& Bridge Work(Prime), Estimated Cost of Prime Work 400,'o COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAT Shore Rd.to Kitchen-Dick Rd Widening, $28,037,718.00 02/16 01/07/13 Contract No. 8376 WSDOT, 1707 South C Street, Port Angeles, WA 98363-7456 Jerry Moore, P.E., 360-565-0620, mooreje@wsdot.wa.gov wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 35% OHOP Vicinity Slide—Emergency Slope Stabilization $552,252.00 01'16 08/25/15 Contract No. 8792 WSDOT, 821 Airport Ct. SE, Tumwater, WA 98501 Steve Fuchs, PE, 360-570-6752, fuchss@wsdot.wa.gov Type of Work: Emergency Slope Stabilization(Prime), Estimated Cost of Prime Work 90% Denali Highway MP 120 River Encroachment $416,743.00 12/15 11/20/15 Contract No. 750 Alaska Department of Transportation& Public Facilities, 2301 Peger Rd., Fairbanks, AK 99709-53 t6 Scott W oster, 907-451-5461, scott.woster@alaska.gov Type of Work: Embankment Stabilization(Prime), Estimated Cost of Prime Work 90% SR6, Rock Creek Bridges-Replace Bridges 6/102 & 6/103 $11,745,407.00 t2/15 04/23/14 Contract No. 8572 WSDOT, 1411 Rush Rd., Chehalis, WA 98532-8721 Colin Newell, P.E., 360-740-8603,newellc@wsdot.wa.gov Type of Work: Highway/Bridge(Prime), Estimated Cost of Prime Work 40% Task 4 —Kelso to Martins Bluff $9,625,968.00 12/15 01/05115 Contract No. 7164 Burlington Northern&Santa Fe Railway Co., 2454 Occidental Ave.S., Suite 2D, Seattle, WA 98134 William Dombrow,206-625-6386, William.Dombrow@bnsf.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 100% Bayside Revisions Phase III $2,446,033.00 11/15 8/10/15 Contract No. 8278 Burlington Northern& Santa Fe Railway Co., 2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Taylor Smith, 206-625-6386 taylor.smith@bnsf.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 80% 2013 Federal Way Downtown Sewer Trunk Upgrade-Ph. 1 $1,689.889.00 11/15 02/10/14 Contract No. 13 1170 Lakehaven Utility District, P.O. Box 4249, Federal Way, WA 98063 Tim Osborne, District PM.253-945-1582, tosborne@lakehaven.org Type of Work: Sewer Main Installation(Prime), Estimated Cost of Prime Work 75% SR 532 Davis Slough Bridge Replacement Widening for Flood Prevention $11,849,671.00 08:'15 08/04i14 Contract No. 8623 WSDOT, 11.09 E. Hickox Rd., Mount Vernon, WA 98274-7775 Shane Spahr, P.E., 360-757-5856,spahrs@wsdot.wa.gov Type of Work: Site Work/Bridge Replacement(Prime), Estimated Cost of Prime Work 40a o Judy WTP to Sedro-Woolley Transmission Line, Ph. 1 $899,613.00 08/15 05/26'15 Contract No. 15359001 Skagit County PUD No.1, P.O. Box 1436, Mount Vernon, WA 98273-1436 Mike Benton, 360-848-4439, Benton@skagitpud.org Type of Work: Water Transmission Pipeline(Prime), Estimated Cost of Prime Work 60�,0 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DA'I Spokane Int'l Airport,Taxiway Reconfiguration Ph II (2015) $2,020,414.00 07/15 04/07/15 Contract No. 1211 Spokane International Airport, P.O. Box 19186, Spokane, WA 99219-9186 Robert Seghetti (Prime Contact) 509-242-1234 Type of Work: Site Work(Subcontractor to Acme Concrete Paving, Inc.) William R. Fairchild Int'l Airport GA Development-Access Rd impr. $985,483.00 07/15 06/09/14 Contract No. 35300 Port of Port Angeles, P.O. Box 1350, Port Angeles, WA 98362 David Williams(Consultant: WH Pacific, Inc.),425-951-4876,dwilliams@whpacific.com Type of Work: Taxiway Site Work(Prime), Estimated Cost of Prime Work 50% South of Laurel-RR Overpass $9,877,043.00 07/15 09/30/13 Contract No. 3813 Montana DOT, P.O. Box 201001, Helena, MT 59620-100I Suzy Price,406-444-6215, suprice@mt.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 40% Reddington Levee Setback $7,773,980.00 06/I5 06110/13 Contract No. 81713 King County,401 Fifth Ave., CNK-ES-0340,Seattle, WA 98104 Erik Peters, 206-477-4797, erik.peters@kingcounty.gov Type of Work: Levee Improvements (Prime), Percent Complete 98%, Estimated Cost of Prime Work 80°o US 95,Garwood to Sagle, Athol Interchange $28,470,384.00 06/15 09/12/11 Contract No. 7589 Idaho Transportation Department,District 1,600 W Prairie Ave., Coeur d'Alene, ID 83815 Marvin Fenn,208-772-1253, marvin.fenn@itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% Pothole&Fix Water Leak Adj. to Fed-Ex Bldg. $41,114.18 05/15 04/22/15 Contract No. 15002 Port of Seattle, P.O. Box 68727, SeaTac, WA 98168 Anna Lear,253-627-8155,alear@generatmechanical.com Type of Work: Water Leak Repair(Subcontractor to General Mechanical) Delta Yard Revisions-Phase IIB, Everett, WA $1,094,861.00 05/15 11/17/14 Contract No, 6852 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Taylor Smith, 206-625-6386, Tay[or.Smith@bnsf.com Type of Work: Site Work(Prime),Percent Complete 95%, Estimated Cost of Prime Work 1004 o Sonoma Vilicro Drainage Improvements $600,935.00 04115 05/27,114 Contract No. 3802001 Sonoma Villero Homeowners Association, 11211 Slater Ave. NE, Ste. 150, Kirkland. WA 98033 Michael Allen, 206-321-9184, coachmallen@gmail.com Type of Work: Drainage Improvements(Prime), Estimated Cost of Prime Work 100% Dike 3 Seepage& Seismic Mitigation Project $493,520.30 03/15 12/08/14 Contract No. 54694 Cascade Water Alliance, 520 — 1 12`h Ave. NE, Suite 400, Bellevue, WA 98004 Jon Shimada,425-283-0367,jshimada@cascadewater.org Type of Work Dike Seepage & Seismic Mitigation(Prime), Estimated Cost of Prime Work 90% COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAT Penstock Replacement Project $3,601,011.00 03/15 10/30/14 Contract No. 3013 Legrow Water Company, P.O. Box 1601, Pasco, WA 99301 Gary Weatherly(Consultant-JUB Engineers), 509-783-2144,gweatherly@jub.com Type of Work: Install 20,000' of 72"& 54"&7,000' 44" Welded Steel Transmission Pipe(Prime),Estimated Cost of Prime Work 75% Kentview Sanitary Sewer Interceptor $898,328.00 12/14 08/25/14 Contract No. 10-3003 City of Kent,220 Fourth Ave. So.,Kent, WA 98032 Phil McConnell, 253-856-5542, pmcconnell@kentwa.gov Type of Work: Sanitary Sewer Pipe Installation(Prime),Estimated Cost of Prime Work 70% So.251"St. Slide Repair $195,594.00 11/14 10/27/14 Contract No. 3 196 11 City of Des Moines, 21630 I 1`h Ave S., Ste. A, Des Moines, WA 98198 Tommy Owen,206-870-6870,towen@desmoineswa.gov Type of Work: Slide Repair(Prime), Estimated Cost of Prime Work 60% Upper Carlson Floodpiain Restoration $1,932,782.00 11_/14 061/16/14 Contract No. 89214 King County, 201 S. Jackson St., Ste. 600, Seattle, WA 98104 Dan Eastman, P.E., 206-477-4684, dan.eastman@kingcounty.gov Type of Work: Floodplain Restoration(Prime), Estimated Cost of Prime Work 70% Re-Regulation Reservoir: Embankment Const. &Mass Exc. $8,423,767.00 11/14 06/02/14 Contract No.209407 Roza Irrigation District, P.O. Box 810, Sunnyside, WA 98944 Wayne Sonnichsen, 509-837-5141, wsonnichsen@roza.org Type of Work: Mass Excavation(Prime), Estimated Cost of Prime Work 100% I-5,Portland Avenue to Port of Tacoma Rd-NB HOV Stage 1 $15,774,492.00 10/14 08/03/10 Contract No. 7946 WSDOT, 7912 Martin Way, Suite E, Lacey, WA 98516-5703 Neal Uhlmeyer, P.E., 360-412-3421, uhlmeyn@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 55% Parks Highway Connection Machen Rd. Ext. $3,045,043.00 10/14 04/281/14 Contract No. 14118 Matanuska-Susitna Borough, 350 E. Dahlia Ave., Palmer,Alaska 99645 Michael Campfield, 907-745-9811, mcampfteld@matsugov.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% Coal Creek Culvert Replacement $3,395,568.00 9/14 04108r13 Contract No. 13016 City of Bellevue Utilities, P.O. Box 90012, Bellevue, WA 98009-9012 Bruce Jensen, P.E. 425-452-7240, bjensen@bellevuewa.gov Type of Work: Culvert Replacement(Prime), Estimated Cost of Prime Work 60°o US 95, Garwood to Sagle, ChiIco Stg& US-95 Garwood $44,628,550.00 09/14 08 0 i/1 1 to Sagge Silverwood Stg. Contract No. 7584 Idaho Transportation Department, District 1, 600 W Prairie Ave., Coeur d'Alene, 1D 838I5 Marvin Fenn,208-772-1253, marvin.fenn(�itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 40°ro "I ION PROJECTS_ CONTRACT AMOUNT C-0�34PLETIOIN DATE START DAT Deer Park/US 101 Intersection Improvement $5,i 1b,321.00 08114 08/05/13 Contract No. 1202 Clallam County,223 E. Fourth St., Ste. 6, Port Angeles, WA 98362 Joe Donisi,PE,360-417-2404,jdonisi@co.clallum.wa.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 400% Index Galena Road MP 5.8 $195,280.70 8!:`14 08/04i14 Contract No. 914 Snohomish County, M/S 9507, 3000 Rockefeller Ave., Everett, WA 98201-4046 Charles Mathison,425-388-3488, Ext. 6673, charles.mathison@snoco.org Type of Work: Site Work(Prime), Estimated Cost of Prime Work 80% Lauridsen Boulevard Bridge Replacement $4,685,578.00 08/14 07/29113 Contract No.4299 City of Port Angeles, P.O. Box 1150, Port Angeles, WA 98362-0217 Jim MahIum, P.E., 360-417-4701,jmahlum@cityofpa.us Type of Work: Highway/Bridge(Prime), Estimated Cost of Prime Work 40% Trunk Road Reconstruction, Phase II $14,233,817.00 08/14 04/23/12 Contract No. 51132 Alaska Department of Transportation,P.O. Box 196900, Anchorage, Alaska,99519-6900 John Waisanen, P.E., 907-244-451 1,john.waisanen@alaska.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Kent/Aubum Conveyance System Improvements $4,522,861.00 08/14 03/18/13 Contract No.42009 King County,201 S.Jackson St., Rm. 508, MS: KSC-NR-0508, Seattle, WA 98104-3855 Sue Hildreth, Capital Project Manager III,206-477-5537,susan.hildreth@kingcounty.gov Type of Work: Pipeline(Prime), Estimated Cost of Prime Work 75% Sand to Lind Double Track Project $2,434,107.00 06/14 09/16/13 Contract No. 4950 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Don Omsberg, 206-625-6264,donald.omsberg@bnsf.com Type of Work: Site Work(Prime), Percent Complete 84%, Estimated Cost of Prime Work 60% Cunningham to MP I01.3 Double Track Project $2,403,201.00 06.-14 09/16/13 Contract No. 4951 Burlington Northern & Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Don Omsberg, 206-625-6264,donald.omsberg@bnsf.com Type of Work: Site Work(Prime), Percent Complete 96%, Estimated Cost of Prime Work 60% West of Richey—West $9,805,086.00 05114 08/12/13 Contract No. 13513 Montana DOT, P.O. Box 201001, Helena, NIT 59620-1001 Suzy Price,406-444-6215, suprice@mt.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 75% Middle Nemah River Bridge, Replace Bridge $1,198,541.00 041/14 06103/13 Contract No. 8344 WSDOT, 2400 Talley Way, Kelso, WA 98626 Contact: Denys Tak, 360-442-1341, takdeny@wsdot.wa.gov Type of Work: Site Work, (Subcontractor to SB Structures, LLC) COMPLETED CONSTRUCTION PROJECTS CONIRACT AMOttNT COMPLETION DATE START DA7 Jack and Bore S48,700.00 06/14 06/02/14 Contract No. 13597 Town of Lind, P.O. Box F, Lind, WA 99341 Joseph Pessutti, 509-998-6650,jpessutti@hughes.net Type of Work: Install 16" Steel Casing& 8" DI Pipe (Prime), Estimated Cost of Prime Work 65% SR105 Heather Rd& US 101 0.5 Mites N or Raymond-Cult' Rehab $315,758,00 03/14 09/30/13 Contract No. 8515 WSDOT, 2400 Talley Way, Kelso, WA 98626 Lori Figone, P.E.,360-442-1370, figonel@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 70% Smith Creek&North River Replace Bridges $16,017,104.00 02/14 10/17/l2 Contract No. 8345 WSDOT,2400 Talley Way, Kelso, WA 98626 Paul Harrison, P.E., 360-442-1370, harrisp@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 40% SE of Dupuyer—SE $6,771,275.65 11/13 04/08/13 Contract No, 12812 Montana Department of Transportation, P.O_ Box 201001, Helena, MT 59620-1001 Mike Klette,P.E.,406-278-7078, mklette�?a,mt.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 65% BP/OPL Coal Creek Culvert Replacement $67,454.00 t 1/13 09/16113 Contract No. 1761 Owner: BP/Olympic Pipe Line Company Prime: Snelson Co., 601 W. State St., Sedro Woolley, WA 98284, Contact: Dave Walker,360-661-3535,dwalker(a-) onco.com Type of Work: Traffic Control, (Subcontractor to Snelson Companies) Custom Plywood Site-Ph. II Interim Remedial Action $1,800,981.00 11/13 07115/13 Contract No. 1300198 Washington State Dept.of Ecology, P.O. Box 47600, OIympia, WA 98504-7600 Prime Contractor: Orion Marine Group, 1112 E.Alexander Ave., Tacoma, WA 98421 Stuart Moore,253-552-1 140, smoore@orionmarinegroup.com Type of Work: Excavate/Load/Furnish/Place Material(Subcontractor to Orion Marine Group) Alder Canyon Slide Emergency Slope Stabilization $527,946.00 10/13 07/08/13 Contract No. 8474 WSDOT, 6610 16" St. E., Ste. A, Fife, WA 98424 Jon Deffenbacher,253-365-6700, deffenj@wsdot.wa.gov Type of Work: Emergency Slope Stabilization(Prime), Estimated Cost of Prime Work 40% Totem Lake Twin 42" Culvert Replacement $2,262,1 t 7.00 10/13 05/t3/13 Contract No, 213 City of Kirkland, 123 Fifth Ave., Kirkland, WA 98033 Noel Hupprich, P.E.425-587-3829, Nhupprich@kirklandwa.gov Type of Work: Culvert Replacement (Prime), Estimated Cost of Prime Work 400/6 NE Novelty Hill Rd., Phase I $18.384,893.00 101'13 03/28/11 Contract No. 52510 King County,40t Fifth Ave. 3rd Floor, Chinook Bldg., Seattle, WA 98 t04 Jeff McCarthy, 206-423-1086,jeff.mccarthy<@kingcounty.gov Type of Work: Highway (Prime), Estimated Cost of Prime Work 50% COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAI US-30, S Main St to Jct SH-34, Soda Springs $732,027.00 07f 13 05/13/13 Contract No. 7715 Idaho Transportation Dept., 3311 W. State St., Boise, ID 83703 Tom Cole 208-239-3377, tom.cole@itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 30% M Street SE Grade Separation $1 1,827,023.00 07/13 02,121/12 Contract No. 1 101 City of Auburn, 25 West Main St., Auburn, WA 98001-4998 Ryan Vondrak, P.E.,253-931-3086,rvondrak@aubumwa.com Type of Work: Grade Separation/Bridge Underpass (Prime), Estimated Cost of Prime Work 50% Cashmere Mill Site Remediation $1,047,655.00 06/13 03/18/13 Contract No. 208020 Port of Chelan County, 238 Old Station Rd., Ste. A, Wenatchee, WA 98801 Laura Jaecks, 509-661-31 18, Laura@ccpd.com Type of Work: Site Remediation(Prime), Estimated Cost of Prime Work 80% Well 1 Transmission Main $t,5 12,092.00 05/13 10/10/12 Contract No. 1204 City of Auburn, 25 West Main St., Auburn, WA 98001-4998 Robert E. Lee III,253-804-5071,rlee@auburnwa.gov Type of Work: Water Transmission Main(Prime), Estimated Cost of Prime Work 70% McAllister Transmission Main $3,150,176.86 05/13 10!0 U12 Contract No. 37 City of Olympia, P.O_ Box 1967, Olympia, WA 98507-1967 Tim Richardson, P.E., 360-753-8749, trichard@ci.olympia.wa.us Type of Work: Welded Steel Water Transmission Main(Prime), Estimated Cost of Prime Work 60% Grading& Drainage FFO-US20 PME: UPRR-Eddyville Corvallis-Newport Hwy. $7,545,029,00 04/13 06/29/12 Contract No. 14473 Oregon DOT, 3700 SW Philomath Blvd., Corvallis, OR 97333 Steve Schultz, 541-7574104, steven.schultz@odot.state.or.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 45% Wahkiakum County Run-Off Rd& Intersection Safety S45,507.80 03/13 01/07/13 Contract No. 42011 Wahiakum County, P.O. Box 97, Cathlamet, WA 98612 Carl Stewart,(Frank Gurney, Inc.-Prime Contractor) 509-535-3069, fgLirney@comcast.net Type of Work: Site Work(Subcontractor to Frank Gurney, Inc.) Ferrum to Wister. CA on Railroad's Yuma Subdivision S27,391,918.50 02/13 04/04/1 1 Contract No. 47637 Union Pacific Railroad Company, 631 S. 7d' St., Phoenix, AZ 85034 Danny King, 971-404-6022, dking@up.com Type of Work_Grading/S ubbal last for 22 Miles of New Main Track(Prime). Estimated Cost of Prime Work 75% SR 410, White River Bridge-Bridge Scour S217,237.00 01/13 07/061 1 1 Contract No. 8087 WSDOT, 11203 Bridgeport Way SW, Lakewood, WA 98499 Jon Deffenbacher, PE, 253-589-6100, deffenj@wsdot.wa.gov Type of Work: Bridge Scour(Prime), Estimated Cost of Prime Work 70�/,, COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DA°I Region 2 (PME) Rock Production $3,537,470.00 12/12 10/1711 12 Contract No. 30512 3700 SW Philomath Rd.,Corvalis, OR 97333 Gene Wilborn, PE,541-757-4156, gene.wilborn a odot.state.or.us Type of Work: Rock Production (Prime), Estimated Cost of Prime Work 70% Siding Extension at Senter, Idaho, Nampa Subdivision $833,605.00 12:12 09i 17/12 Contract No. 53265 UPRR, 280 S. 400 W., Suite 250,Salt Lake City, UT 84101 Erin E. Cully, 502-320-8547, eecully@up.com Type of Work: Siding Extension(Prime), Estimated Cost of Prime Work 90% Thunder Hills Creek Mitigation Fish Barrier Retrofit $3,309,650.00 I 1/12 07/02/12 Contract No. 8260 WSDOT, 600 108''Ave.NE, Suite 405, Bellevue, WA 98004-5101 Gil McNabb, P.E.425-456-8643,mcnabbg@wsdot.wa.gov Type of Work: Fish Barrier Retrofit(Prime), Estimated Cost of Prime Work 80% Runway 10-28 Crown Conversion & Longitudinal Gradient Adj. $8,881,126,00 11/12 07/02/12 Contract No. 1028 Port of Skagit, 15400 Airport Dr., Burlington, WA 98233 Matt Cavanaugh, P.E.,(Consultant-Precision Approach Engineering)425-417-5010,mcavanaugh@preappinc.com Type of Work: Airport Site Work(Prime), Estimated Cost of Prime Work 35% Frontage Rd.Jct. SH-53 to Chilco $3,478,842.00 11/12 06/15/12 Contract No. 7601 Idaho Transportation Dept., District 1, 600 W Prairie Ave., Coeur d'Alene, ID 83815 Marvin Fenn,P.E.,209-772-1253, marvin.fenn@itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% SR 522,US 2 Interchange Flyover Ramp $16,243,358.00 06/15 07/06/10 Contract No. 7938 WSDOT,9029 El Capitan Way, Everett, WA 98208-3637 Amir Ahmadi,P.E.,425-225-8700,ahmadia@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 70% Grapeview Loop Road $3,590,214.00 10/12 04130/12 Contract No. 1379 Mason County Dept. of Public Works, 100 W. Public Works Dr., Shelton, WA 98584 Melissa McFadden, P.E., 360-427-9670, Ext.452, meIissam@co.mason.wa.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% Port of Tacoma Rd to King Co Line Floodplain Mitigation Site S505,583.00 091;12 08/13/12 Contract No. 8325 WSDOT, 6610 161h St. E., Ste. B, Fife, WA 98424-t568 Mary.Lou Nebergall, P.E.,253-365-6750,nebergm(i�.wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Parks Road Reconstruction—Schedule 1 S440,358.00 09/12 06/25/12 Contract No, 2012.02 Lakes Highway District, 11341 N. Ramsey Rd., Hayden, ID 83835 Eric Shanley, P.E.,208-772-7527, eric@lakeshighwaydistriet.com Type of Work: Highway(Prime), Estimated Cost of Prime Work 100% COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COINIPLETION DATE START DAI Siding Extension at Wapi, Idaho $737,740.15 09 12 05/14/12 Contract No. 50720 UPRR,280 S.400 W., Suite 250, Salt Lake City, UT 84101 Erin E. Cully, 502-320-8547, eecully@up.com Type of Work: Siding Extension(Prime), Estimated Cost of Prime Work 90°tea Hawks Prairie Park& Ride Facility Construction $2,912,912.00 09/12 04/09/12 Contract No. 1203 Intercity Transit, P.O. Box 659, Olympia, WA 98507-0659 Robert Holcomb, P.E. (Consultant-KPFF Engineers)360-292-7230, bob.holcomb@kpff.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 50% Site Preparation& Water System Extension $1,794,058.01 08/12 04/16/12 Contract No. 1201 City of Palmer,231 W. Evergreen Ave., Palmer,AK 99645 Tom Cohenour, Public Works Director 907-745-3271,tcohenour@palmerak.org Type of Work: Site Prep. & Water Sys. Ext. (Prime), Estimated Cost of Prime Work 90% Construct Roadbed for Switching Lead in the Pocatello Subdivision $995,997 20 08/12 10/01/11 Contract No. 49143 Union Pacific Railroad Company, 5424 SE McLoughlin Blvd., Portland, OR 97202 Ken Bobert, 503-702-6973,kabobert@up.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 95% Portneuf River Bridges $22,286,580.00 08.-12 05/04/09 Contract No. 7217 Idaho Transportation Department, P.O. Box 4700, Pocatello,ID 83205-4700 Joe Pihlaja, P.E.,208-239-3337,joe.pihlaja@itd.idaho.gov Type of Work: Highway/Bridge(Prime), Estimated Cost of Prime Work 40% Southcenter Parkway Extension $16,906,318.00 07/12 07/01/10 Contract No.2508 City of Tukwila,6200 Southcenter Pkwy.,Tukwila, WA 98188 Bob Giberson, Public Works Director,206-433-0179, publicworks@tukwilawa.gov Type of Work: Road Construction(Prime) Estimated Cost of Prime Work 50% Sultan Basin Road Phase 11I $1,578,329.00 06/12 08/01/11 Contract No. 6824 City of Sultan, 319 Main St., 4200, Sultan, WA 98294 Sam Richard(Consultant-WH Pacific)425-951-4860,srichard@whpacific.com Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Sylvester Road Bridge#1052A $196,320.00 00i 12 07/13/1 1 Contract No. C00617C 11 King County,201 S.Jackson St., Room 700, Seattle, WA 98104 Jeff McCarthy,206-423-1086,jeff.mccarthy@kingeounty.gov Type of Work: Site Work(Subcontractor to SB Structures LLC) Chilco West Waterline Extension Project $284,051.00 0611`12 04/23/12 Contract No. 41070 North Kootenai Water District, 1841. W. Hayden Ave., Hayden, ID 83835 Mike Galante,208-772-3619, mikeg@nkwsd.com Type of Work: Waterline Extension(Prime), Estimated Cost of Prime Work 90% • C COMPLETED CONSTRUCTION PROJECTS CONTRACT Ai_10UNT COMPLETION 0ATE START DA7 Four Corners Commons Excavation 2012 $t,280,903.00 06/12 04116/12 Contract No.2012.01 CIRI Land Development Co.,2525"C" St., Anchorage, AK 99503 William Prosser, Project Manager 907-240-8015, wprosser@mtaontine.net mtaontine.net Type of Work: Earthwork Improvements(Prime), Estimated Cost of Prime Work 95% Topaz Bridge N/S $6,012,637.00 06/12 05/04/09 Contract No. 7223 Idaho Transportation Department, P.O. Box 4700, Pocatello, ID 83205-4700 Joe Pihlaja, P.E.,208-239-3337,joe.pihlaja@itd.idaho.gov itd.idaho.gov Type of Work: Earthwork, Drainage& Wall Construction(Subcontractor to Idaho Construction Co., Inc.) Peola Road Reconstruction MP 1.57 to MP 7.84 $3,957,244.00 05112 05/31/11 Contract No. 3654 Garfield County, P.O. Box 160, Pomeroy, WA 99347 Kevin Poole(Consultant,Riedesel Engineer), 208-743-3818,kpoole@riedeseieng.com Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Vancouver Bypass Seg. 1 Ob, Sewer Line Relocation $491,t 47.00 04/12 05/23/1 I Contract No. 1401 Burlington Northern&Santa Fe Railway Co., 2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Mike Powrie 206-625-6144,michael.powrie@bnsf.com Type of Work: Utility Work(Prime), Estimated Cost of Prime Work 90°o Ritchie Bros., Inc.New Check-In and Auction Building $4,662,311.00 04/12 05/16/11 Contract No. 2159 Mountain Construction(Prime Contractor), 7457 So. Madison St.,Tacoma, WA 98409 Jeff Stroud,253-284-0402,jeff@mountainconst.com Type of Work: Site Work(Subcontractor to Mountain Construction) Apple Tree Crossover-Vancouver Bypass 5522,645.00 04/12 02/13/12 Contract No. 2328 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 213, Seattle, WA 98134 Mike Powrie 206-625-6144, michaeI.powrie@bns£com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 700/0 So. Kingston Rd. NE-Carpenter Creek Bridge @ MP 3.70 5605,923.00 02/12 06/20/11 Contract No. 1573 Kitsap County, 614 Division St., MS26, Port Orchard, WA 98366-4699 Jonathon Brand, P.E. 360-3')7-7121,jbrand@co.kitsap.wa.us Type of Work: Roadway Improvements (Subcontractor to SB Structures, LLC) 1851h Ave. N.E. Extension Project $1,567,933.22 02/12 03/07/11 Contract No. 101197 City of Redmond, MS: INPW, P.O. Box 97010, Redmond, WA 98073-9710 Steven Gibbs, P.E.,425-556-2729 Type of Work: Highway(Prime) Estimated Cost of Prime Work 501'io Emergency Levee Restoration, Pl. 84-99 $1,100,625.00 02/12 01/05/12 Contract No. 120020 US Army Corps of Engineers, Seattle District, 4735 E. Marginal Wav So., Seattle, WA 98134-2388 Gene Sutton, 206-761-3649, gene.t.sulton@usaceamiy.mil Type of Work: Levee Restoration (Prime), Estimated Cost of Prime Work t 00�o COMPLETED CONSTRUCTION-PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAI Chilco East Waterline Extension Project $169,859-80 02/12 12/19/1 t Contract No.41052 North Kootenai Water District, 1841 W. Hayden Ave., Hayden, ID 83835 Mike Galante,208-772-3619 Type of Work: Waterline Extension (Prime), Estimated Cost of Prime Work 90% Lincoln Avenue Grade Separation $2 1 617,648,00 02112 08124/09 Contract No. 68036 Port of Tacoma, P.O. Box 1837,Tacoma, WA 9840 t-1837 Trevor Thornsley,253-3 83-584 1, tthomstey@portoftacoma.com Type of Work: Highway/Bridge (Prime), Estimated Cost of Prime Work 40% Heavy-Highway ` ' Construction 1 a ' An Equal ``gyp 4EX(,�q�c0 Opportunity p A Employer BROS INC April 30, 2019 4. EXPERIENCE 4.6 CONSTRUCTION EXPERIENCE OF KEY INDIVIDUALS A. Scarsella Bros., Inc. has worked with the City of Kent on several projects. B. The following is a list of Scarsella Bros., Inc. supervisory force, along with their current position/experience and current commitments that may be valuable for the work on the Downey Farmstead Restoration Phase 2—Frager Road Realignment and Contaminated Soil Removal project. 1. Don Scarsella, Secretary 45 Years' experience, current project commitments 5-7 projects. 2. Robert Scarsella, Vice President 40 Years' experience, current project commitments 5-7 projects. 3. Richard Scarsella, Vice President 35 Years' experience, current project commitments 5-7 projects. 4. George Hunkin, Superintendent 20 Years' experience on various City, County and state projects. Current Commitment: Available for this project. P.O.Box 68697 Seattle,Washington 98168-0697 • Tel: (253) 872-7173 • Fax: (253)395-1209 AK Lic. #34714 AZ Lic. #ROC249216 • CA Lic. #779354 • ID Lic. #10394-Unlimited-1-2 MT Lic.#146627 • ND Lic.#44607 • OR Lic.#96884 • UT Lic.#7646917-5551 • WA Lic.#SCARSBI183138 Heavy-Highway Construction ' u An Equal Opportunity 0 Employer I Si AM[Pp Major Equipment List Qty Description 10 Cat CS563 Track Dozers 2 Cat 825C Compactor 2 Cat or JD 650D, G TCLT Rubber Tire/Track Loaders 2 Cat or JD 550G, LGP 12 Cat D-6D, G, G LGP, H, H LGP, R or 7 Cat IT-28, 930G JD650 1 JD 644E 2 Cat D-7H, R 3 Trojan 1500, 1700 14 Cat D-8H, K,N, R 4 Cat 950G 4 Cat D-9H,N, R 1 Cat 966F 7 Cat D-ION, R 3 Cat 980C, F,F, 11, G Rubber Tire Dozers Rubber Tire LoaderBackhoes 3 Cat 824B, C 12 Case 580C, E, Super E, Super K, L, SE Scrapers o Track Excavators 2 Cat 623E, F 5 Cat 631 D 1 Komatsu PC 78 14 Cat 631 E 2 Komatsu PC 128US-2 4 Cat 6371), E 3 Komatsu PC160LC 5 Komatsu PC 20OLC-6, 7 Water Wagons 4 Komatsu PC 228LC-3, USLC-3, US-2 5 Komatsu PC30OLC-6, 7 2 Cat 631 B. C 3 Cat 320CL 6 Komatsu PC40OLC-5, 6, 7 Motor Graders 2 Cat 245, B, B Mass Excavator 3 Komatsu PC60OLC-7 1 Cat 120G 2 Komatsu PC750LC-6 2 Cat 130G 1 Komatsu PCIOOOLC-IA 7 Cat 140G, H 1 Komatsu PC I I OOLC-6 7 Cat 14G, H 3 Cat 16G Offroad Truck Tractors Roller/Compactors 6 Mack CL713 2 Mack CL713 Tri-Driv P.O.Box 68697 • Seattle,Washington 98168-0697 • Tel: (253) 872-7173 • Fax: (253)395-1209 AK Lic. #34714 • AZ Lic. #ROC249216 • CA Lic. #779354 • ID Lic. #10394-Unlimited-1-2 MT Lic.#146627 • ND Lic.#44607 • OR Lic.#96884 • UT Lic.#7646917-5551 • WA Lic.#SCARS13I183138 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. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (April 30, 2019), 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. Scarsella Bros., Inc. 1000, Bidder's B s N e Signa re of Authorized Offici Bob Scarsella Printed Name Vice President Title April 30, 2019 Kent Washington 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. Downey Farmstead Restoration Phase 2/Knox 24 April 25, 2019 Project Number: 18-3007.3 & .4 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 ninety (90) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 1 to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: April 30, 2019 Scarsella Bros-ztc. NAME E Sig ture of Authorized Rep' sentative Bob Scarsella - Vice President (Print Name and Title) P.O. Box 68697 Address Seattle, WA 98168 Downey Farmstead Restoration Phase 2/Knox 25 April 25, 2019 Project Number: 18-3007.3 & .4 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Scarsella Bros. Inc. , as Principal, and Liberty Mutual Insurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent (5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Downey Farmstead Restoration Phase 2- Frager Road Restoration and Contaminated Soil Removal/Project Number: 18- 3007.3 &.4 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 30th DAY OF April 20 g, Scarsella 6 I . � -1 - _Az PR CIPAL Liberty Mutual Insurance Company CQ-�-(D.- SURETY Aliceon A. Keltner, Attorney-in-Fact 20 Received return of deposit in the sum of $ Downey Farmstead Restoration Phase 2/Knox 24 April 16, 2019 Project Number: 18-3007.3 & .4 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. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No:8200930-023049 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Holli Albers,Heather L.Allen,James B.Binder.Brandon K.Bush,Carley Espiritu..Jacob T.Haddock,Diane M.Harding,Brent E.Heilesen,Kyle Joseph Howat,Cynthia L. Jay,Aliceon A.Keltner,Christopher Kinyon,Michael S.Mansfield,Jamie L.Marques,Erica E.Mosley,Annelies M.Richie,Sara Sophie Sellin,Donald Percell Shanklin,Jr.,Karen C.Swanson,Misti M.Webb,Eric A.Zimmerman all of the city of Tacoma state of Washington each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of April 2019 . Liberty Mutual Insurance Company P�1NSU.0 P01 INS&� P� \NSUD The Ohio Casualty Insurance Company G°RF°Rgr ti� 5J `pRP°Rgr�9y Q �oRPORaT�1� West American Insurance Company Co J 3 Fo Fn Q 3 o n 3 o F� a 1912 0 0 1919 7- 1991 a N Ui d�sS4 CHU`��.aa � DNA MP`��,dD3 Est r'yDIANP• N 97� * L� '�yl * ?� dyt * *� By. a) David M.Carey,Assistant Secretary m State of PENNSYLVANIA County of MONTGOMERY ss m m c aD On this 17th day of April 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes=N LU a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. E N 3 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. n — �o C P PA$ 0") t6 {�� oNW T¢ COMMONWEALTH OF PENNSYLVANIA Q�t O Fue ! Notariat �O 4F Pa 5 Y Teresa Pastella,NoTary Public tv Upper MerionTwp.,MortFgamery County By: 3 E c cyP�•� My Commission Expires Ma ch ze,za21 Teresa Pastella,Notary Public O M L q1�y _.,q�, Member Pemsylvwia ass-obw 4 Notaries dOO �U) t'v to (D rn N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 0) -to- Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o E ai ARTICLE IV-OFFICERS:Section 12.Power of Attorney. 3 o N Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the -a >, President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o C any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall a)N have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such '"0O Zinstruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the, co provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. o 6 U ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. o Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, F- shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 30th day of April 2019 P .tNSU� POSY INS& %NSUp �J c°RPORyr 10 �J o°RroRyr QgZ VP c°RPORyTgGC� 2 Po F Q' ? Fo Ci 2 Fo to 1912 0 1919 1991 0 � y�--• B y. d� sgcNueE as hnMvs'da r ,s No,pNP as Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Downey Farmstead Restoration Phase 2 Frager Road Restoration and Contaminated Soil Removal Project Number: 18-3007.3 & .4 NAME OF PROJECT Scarsella Bros.. Inc. NAME 9f BID 'S I SIGNATURE OF UTHORI ZED REPRIS117 TIVE OF BIDDER Downey Farmstead Restoration Phase 2/Knox 27 April 25, 2019 Project Number: 18-3007.3 & .4 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:fInsert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signedl 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 $ Downey Farmstead Restoration Phase 2/Knox 28 April 25, 2019 Project Number: 18-3007.3 & .4 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) 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 VII 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 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: Timothy J. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Downey Farmstead Restoration Phase 2/Knox 29 April 25, 2019 Project Number: 18-3007.3 & .4 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Bid the same unit price for asterisk (*) bid items.......................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractorslisted properly....................................................❑ Date and signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Complete and notarized ..............................................................❑ Certification of Compliance with Wage Payment Statutes....................❑ ProposalSignature Page......................................................................❑ All Addenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 50/b 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 OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Downey Farmstead Restoration Phase 2/Knox 30 April 25, 2019 Project Number: 18-3007.3 & .4 PAYMENT AND PERFORMANCE BOND#023210625 K>�NT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS:. That we, the undersigned, Scarsella Bros. Inc. as Principal, and Liberty Mutual Insurance Massachusetts a Corporation organized and existing under the laws of the State of XUAAX PM, 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 $ 691 311.50 , 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 Downey Farmstead Restoration Phase 2 - Frager Road Realignment and Contaminated Soil Removal/Project Number: 18-3007.3 & .4 (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. Downey Farmstead Restoration Phase 2/Knox 29 April 16, 2019 Project Number: 18-3007.3 & .4 TWO WITNESSES: ScarsewobScarsella, PRINCl's n e abov Q BY: Julie Printz TITLE: Vice ArAai de t DATE: -.5110M DATE: 51Iv11(t 41�� CORPORATE SEAL: Shelley Skaggs PRINT NAME DATE: 511blkq Liberty Mutual Insurance Company SURETY CORPORATE SEAL: BY: DATE: Maf2019 TITLE: Cynthia L. Jay, Attorney-in-Fact ADDRESS: 1001 4th Avenue, Suite 3700 Seattle, WA 98154 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Bob Scarsell Who signed the said bond on behalf of the Principal Scarsella Bros, Tnc- of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for e?d in behalf of said Corporation by authority of its governing body. I o SECRETARY OR ASSISTANT SECRETARY Downey Farmstead Restoration Phase 2/Knox 30 April 16, 2019 Project Number: 18-3007.3 & .4 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. Liberty Liberty Mutual Insurance Company MutuaL The Ohio Casualty Insurance Company Certificate No:8200930-023049 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Holli Albers,Heather L.Allen,James B.Binder,Brandon K.Bush,Carley Espiritu,Jacob T.Haddock,Diane M.Harding,Brent E.Heilesen.Kyle Joseph Howat,Cynthia L. Jay,Aliceon A.Keltner,Christopher Kinyon,Michael S.Mansfield,Jamie L.Marques,Erica E.Mosley,Annelies M.Richie,Sara Sophie Sellin,Donald Percell Shanklin,Jr.,Karen C.Swanson,Misti M.Webb..Eric A.Zimmerman all of the city of Tacoma state of Washington each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of April 2019 Liberty Mutual Insurance Company P�INsu/R P"tY INS& d\NSUo The Ohio Casualty Insurance Company k`� �OaPOR4TF y(1 5J GORPORyT�91 \vP C,, PORyTP y� West American Insurance Company >, J 3 o R 3 o m 3 o f (0 1912yo 1919 2 1991 0 � : � o a vt Yd�9s`r4 CNU`� ,dD yO HAMP`' a 'l �N010" aa) 0/7 * t 0 �yl * ��,a s�,M * *�d By: David M.Carey,Assistant Secretary 3 co State of PENNSYLVANIA ss :3 County of MONTGOMERY C71 aN On this 17th day of April 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o 2 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes—1-- > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. w a IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. Q �•� 9P PAST O C:) p N 2� �pOnWF t�{ COMMONWEALTH OF PENNSYLVANIA Q dO OF Q<5 Y Notarial Seal [�c�/� 0-a Teresa PasteBa,Notary Public � Q q) Upper Merlon Twp..Mon m tgoery County By: M E (p "�, ��Q My Commission Expires March 28,M I ?� E (D `1 Member PernsylvaniaAssocotimofNotaries eresa Pastella,Notary Public o ca ao m o This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o.S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o (D Yi ARTICLE IV—OFFICERS:Section 12.Power of Attorney. 3 o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the m Z > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o m C any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall_CCD c�14 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such —°O Zinstruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the co provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. 00 ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in wrifing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, 0 shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 10th day of May 2019 P�1NSUoq Poo INS& d %NSURq Z, In R� TJ2GOFPOggr 9y 0aPOkq �y _ U PO In � 2 PQ Cm Y ; 12y0 1919 � 19 0 1991 � t, t : o Q o rdjl9ss"1CHU`•'�.da SO NAMPS�¢C, 'C 'NOIANP a By. * *�a Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Scarsella sros,inc. organized under the laws of the State of Washington located and doing business at Kent, Washington ('Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Downey Farmstead Restoration Phase 2 - Frager Road Restoration and Contaminated Soil Removal/Project Number: 18-3007.3 & .4 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 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 ninety (90) 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. Downey Farmstead Restoration Phase 2/Knox 31 April 16, 2019 Project Number: 18-3007.3 & .4 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. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. Downey Farmstead Restoration Phase 2/Knox 32 April 16, 2019 Project Number: 18-3007.3 & .4 CITY OF KENT BY: ID01 DANA RALPH, MAYOR DATE: ATTES 4 a KIMBERLEY A. K I OTO, CITY CLEAK APPROVED ASSTTOI,FORM: K'fNT LAW DEPARTMENT CONTRACT i BY: PRINT AME: Bob scarsella TITLE: Vice President DATE: �/���I'� Downey Farmstead Restoration Phase 2/Knox 33 April 16, 2019 Project Number: 18-3007.3 & .4 EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum ounts 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. Downey Farmstead Restoration Phase 2/Knox 34 April 16, 2019 Project Number: 18-3007.3 & .4 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Downey Farmstead Restoration Phase 2/Knox 35 April 16, 2019 Project Number: 18-3007.3 & .4 EXH I B I T A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. 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. Downey Farmstead Restoration Phase 2/Knox 36 April 16, 2019 Project Number: 18-3007.3 & .4 Client#: 111013 SCARBROSI ACORDT. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 5/10/2019 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 have ADDITIONAL INSURED provisions or 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Sharnel DI Vona Propel Insurance PHONE g00 499-0933 FAX 866 577-1326 A/C,No,Ell: A/C,No Tacoma Commercial Insurance ADDRIESS: Sharnel.Divona@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER A:Liberty Mutual Fire Insurance Company 23035 INSURED INSURER B:Navigators Specialty Insurance Company 36056 PO Bo 6 697Bro Inc. Axis Surplus Insurance Company 26620 PO Box 68697 INSURER C: P P y Seattle,WA 98168-0697 INSURER D:Allied World Assurance Company(US)Inc 19489 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY TB2Z91454734109 5/01/2019 05/01/2020 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR PREMISESOERENTED ocicu ence $1,000,000 X BI/PD Ded:$15,000 MED EXP(Any one person) $5 000 PERSONAL&ADV INJURY $1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY�JECOT [:] LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY AS2Z91454734039 5/01/2019 05/01/2020 Ee aBc11ED SINGLE LIMIT $1'000'000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X AUTOS ONLY X AUTOSNON-OWNEDONLY PROPERTY DAMAGE AUTOS ONLY Per accident $ X CA000110/13 $ B UMBRELLA LIAB X OCCUR SE19EXC7496231C 5/01/2019 05/01/202 EACH OCCURRENCE s3,000,000 X EXCESS LIAR CLAIMS-MADE AGGREGATE s3,000,000 DED RETENTION$n/a $ WORKERS COMPENSATION WA St0 Gap only:AND EMPLOYERS'LIABILITY p p y• PTAT T EORH A ANY PROPRIETOR/PARTNER/EXECUTIVE -7 TB2Z91454734109 5/01/2019 05/01/202 E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBEREXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Excess Liability P00100012965001 5/01/2019 05/01/2020 $2,000,000(XS of$3m) D Contr Pollution 0308-3387 5/01/2019 05/01/2021 $3,000,000/$25,000ded DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Downey Farmstead Restoration Phase 2-Frager Road Realignment and Contaminated Soil Removal Project. Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached form(s). CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE 01988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3647959/M3638161 KTR00 This page has been left blank intentionally. POLICY NUMBER: TB2Z91454734109 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 — Who Is An Insured is amended to 1. All work,including materials, parts or equipment include as an additional insured the person(s) or furnished in connection with such work, on the organization(s) shown in the Schedule, but only project (other than service, maintenance or with respect to liability for "bodily injury", "property repairs) to be performed by or on behalf of the damage" or "personal and advertising injury" additional insured(s) at the location of the caused, in whole or in part, by: covered operations has been completed; or 1. Your acts or omissions; or 2. That portion of "your work" out of which the 2. The acts or omissions of those acting on your injury or damage arises has been put to its behalf; intended use by any person or organization other than another contractor or subcontractor in the performance of your ongoing operations for engaged in performing operations for a principal the additional insured(s) at the location(s) as a part of the same project. designated above. C. With respect to the insurance afforded to these However: additional insureds, the following is added to 1. The insurance afforded to such additional Section III—Limits Of Insurance: insured only applies to the extent permitted by If coverage provided to the additional insured is law; and required by a contract or agreement, the most we 2. If coverage provided to the additional insured is will pay on behalf of the additional insured is the required by a contract or agreement, the amount of insurance: insurance afforded to such additional insured 1. Required by the contract or agreement; or will not be broader than that which you are required by the contract or agreement to provide 2. Available under the applicable Limits of for such additional insured. Insurance shown in the Declarations; B. With respect to the insurance afforded to these whichever is less. additional insureds, the following additional This endorsement shall not increase the applicable exclusions apply: Limits of Insurance shown in the Declarations. This insurance does not apply to "bodily injury" or "property damage"occurring after: CG 20 10 04 13 ©ISO Properties, Inc., 2012 Page 1 of 2 ❑ SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any person or organization whom you become All locations as required by a written contract or obligated to include as an additional insured as a agreement or permit entered into prior to a loss result of any written contract or agreement or permit occurring. you have entered into prior to a loss occurring, provided no other specific additional insured endorsements apply to such additional insured under this policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER: TB2Z91454734109 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization whom you become All locations as required by a written contract or obligated to include as an additional insured as a agreement or permit entered into prior to a loss result of any written contract or agreement or occurring. permit you have entered into prior to a loss occurring, provided no other specific additional insured endorsements apply to such additional insured under this policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured will with respect to liability for "bodily injury" or not be broader than that which you are required "property damage" caused, in whole or in part, by by the contract or agreement to provide for such your work" at the location designated and additional insured. described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; 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. Page 2 of 2 ©Insurance Services Office, Inc., 2012 CG 20 37 04 13 ❑ Policy Number TB2Z91454734109 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Reasonable Force Item 2. Non-Owned Watercraft Extension Item 3. Damage To Premises Rented To You—Expanded Coverage Item 4. Bodily Injury To Co-Employees Item 5. Health Care Professionals As Insureds Item 6. Knowledge Of Occurrence Or Offense Item 7. Notice Of Occurrence Or Offense Item 8. Unintentional Failure To Disclose Item 9. Bodily Injury Redefined Item 10. Supplementary Payments—Increased Limits Item 11. Property In Your Care, Custody Or Control Item 12. Mobile Equipment Redefined Item 13. Newly Formed Or Acquired Entities Item 14. Waiver Of Right Of Recovery By Written Contract Or Agreement Item 1. Reasonable Force Exclusion a. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Item 2. Non-Owned Watercraft Extension Paragraph (2) of Exclusion g. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 55 feet long; and (b) Not being used to carry persons or property for a charge; Item 3. Damage To Premises Rented To You—Expanded Coverage A. The final paragraph of 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: LC 04 43 11 18 ©2018 Liberty Mutual Insurance Page 1 of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Exclusions c.through n.do not apply to damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III—Limits Of Insurance. B. Paragraph 6. of Section III—Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit is the greater of: a. $300,000; or b. The Damage To Premises Rented To You Limit shown on the Declarations. C. Paragraph 9.a. of the definition of"insured contract'in Section V—Definitions is replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract'; D. The paragraph immediately following Paragraph (6)of Exclusion j. of Section I—Coverage A—Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III—Limits of Insurance. Item 4. Bodily Injury To Co-Employees A. Paragraph 2.of Section II—Who Is An Insured is amended to include: Each of the following is also an insured: Your "employees" (other than either your "executive officers" (if you are an organization other than a partnership,joint venture or limited liability company) or your managers (if you are a limited liability company)) or"volunteer workers" are insureds while in the course of their employment or while performing duties related to the conduct of your business with respect to"bodily injury": (1) To you; (2) To your partners or members (if you are a partnership or joint venture); (3) To your members (if you are a limited liability company); or (4) To a co-"employee" or "volunteer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her employment by you or while performing duties related to the conduct of your business (including participation in any recreational activities sponsored by you). Paragraph 2.a.(1)(a)of Section II—Who Is An Insured does not apply to"bodily injury"for which insurance is provided by this paragraph. LC 04 43 11 18 ©2018 Liberty Mutual Insurance Page 2 of 5 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. B. The insurance provided by this Item 4.for"bodily injury"to a co-"employee"or"volunteer worker"will not apply if the injured co-"employee's" or"volunteer worker's" sole remedy for such injury is provided under a workers' compensation law or any similar law. C. Other Insurance The insurance provided by this Item 4. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 5. Health Care Professionals As Insureds A. Paragraph 2.a.(1)(d) of Section 11—Who Is An Insured is replaced by the following: (d) Arising out of his or her providing or failure to provide professional health care services. However, any "employee"or"volunteer worker" of the Named Insured who is acting as a Good Samaritan in response to a public or medical emergency or who is a "designated health care provider" is an insured with respect to "bodily injury" and "personal and advertising injury"that: (i) Arises out of the providing of or failure to provide professional health care services; and (ii) Occurs in the course of and within the scope of such "employee's" or"volunteer worker's"employment by the Named Insured. B. With respect to"employees"and "volunteer workers" providing professional health care services, the following exclusions are added to Paragraph 2. Exclusions of Section I —Coverage A— Bodily Injury And Property Damage Liability and Paragraph 2. Exclusions of Section 1 — Coverage B — Personal And Advertising Injury Liability: This insurance does not apply to: (1) Liability assumed under an "insured contract"or any other contract or agreement; (2) Liability arising out of the providing of professional health care services in violation of law; (3) Liability arising out of the providing of any professional health care services while in any degree under the influence of intoxicants or narcotics; (4) Liability arising out of any dishonest, fraudulent, malicious or knowingly wrongful act or failure to act; or (5) Punitive or exemplary damages, fines or penalties. C. The following definition is added to Section V—Definitions: "Designated health care provider" means any "employee" or "volunteer worker" of the Named Insured whose duties include providing professional health care services, including but not limited to doctors, nurses, emergency medical technicians or designated first aid personnel. D. Otherinsurance The insurance provided by this Item 5. is excess over any other valid and collectible insurance available to the insured, whether primary, excess, contingent or on any other basis. Item 6. Knowledge Of Occurrence Or Offense Knowledge of an"occurrence"or offense by your agent,servant or"employee"will not in itself constitute knowledge by you unless your"executive officer" or"employee" designated by you to notify us of an "occurrence" or offense has knowledge of the"occurrence"or offense. LC 04 43 11 18 ©2018 Liberty Mutual Insurance Page 3 of 5 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Item 7. Notice Of Occurrence Or Offense For purposes of Paragraph 2.a. of Section IV — Commercial General Liability Conditions, you refers to your "executive officer"or"employee"that you have designated to give us notice. Item 8. Unintentional Failure To Disclose Unintentional failure of the Named Insured to disclose all hazards existing at the inception of this Policy shall not be a basis for denial of any coverage afforded by this Policy. However, you must report such an error or omission to us as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non- renewal. Item 9. Bodily Injury Redefined The definition of"bodily injury" in Section V—Definitions is replaced by the following: "Bodily injury" means: a. Bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time; and b. Mental anguish, shock or humiliation arising out of injury as defined in Paragraph a. above. Mental anguish means any type of mental or emotional illness or distress. Item 10. Supplementary Payments—Increased Limits Paragraphs 1.b. and 1.d. of Section I — Supplementary Payments — Coverages A And B are replaced by the following: b. Up to $3,000 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which Bodily Injury Liability Coverage applies.We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist in the investigation or defense of the claim or"suit", including actual loss of earnings up to$500 a day because of time off from work. Item 11. Property In Your Care, Custody Or Control A. Paragraphs (3) and (4) of Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability are deleted. B. Additional Exclusion Coverage provided by this endorsement does not apply to "property damage"to property while in transit. C. Limits of Insurance Subject to Paragraphs 2., 3., and 5. of Section III — Limits Of Insurance, the most we will pay for insurance provided by Paragraph A. above is: $10,000 Each Occurrence Limit $75,000 Aggregate Limit The Each Occurrence Limit for this coverage applies to all damages as a result of any one 'occurrence" regardless of the number of persons or organizations who sustain damage because of that 'occurrence". LC 04 43 11 18 ©2018 Liberty Mutual Insurance Page 4 of 5 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. The Aggregate Limit is the most we will pay for the sum of all damages under this Item 11. D. Other Insurance This insurance does not apply to any portion of a loss for which the insured has available any other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other insurance was specifically purchased by the insured to apply in excess of this Policy. Item 12. Mobile Equipment Redefined The definition of"mobile equipment" in Section V—Definitions is amended to include self-propelled vehicles with permanently attached equipment less than 1000 pounds gross vehicle weight that are primarily designed for: (1) Snow removal; (2) Road maintenance, but not construction or resurfacing; or (3) Street cleaning. Item 13. Newly Formed Or Acquired Entities A. Paragraph 3. of Section II—Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain majority ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until: (1) The 180th day after you acquire or form the organization; (2) Separate coverage is purchased for the organization; or (3) The end of the policy period whichever is earlier; b. Section 1 — Coverage A— Bodily Injury And Property Damage Liability does not apply to "bodily injury"or"property damage"that occurred before you acquired or formed the organization; and c. Section I—Coverage B—Personal And Advertising Injury Liability does not apply to"personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. B. The insurance afforded to any organization as a Named Insured under this Item 13. does not apply if a Broad Form Named Insured endorsement attached to this Policy applies to that organization. Item 14. Waiver Of Right Of Recovery By Written Contract Or Agreement The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Commercial General Liability Conditions: We waive any right of recovery because of payments we make under this Policy for injury or damage arising out of your ongoing operations or"your work" included in the "products-completed operations hazard"that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the "bodily injury"or"property damage"occurs, or offense giving rise to "personal and advertising injury" is committed subsequent to the execution of the written contract or agreement. LC 04 43 11 18 ©2018 Liberty Mutual Insurance Page 5 of 5 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Policy Number TB2Z91454734109 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT—SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Name of Person(s) or Organization(s): As required by written contract or agreement entered into prior to loss. If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent,or any other basis for any person(s) or organization(s) shown in the Schedule of this endorsement that qualifies as an additional insured on this Policy, this Policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV—Conditions will not apply.Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV— Conditions will apply. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured for the same 'occurrence", claim or"suit'. LC 24 20 11 18 ©2018 Liberty Mutual Insurance Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. i POLICY NUMBER: AS2-Z91-454734-038 CONNERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED ALTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following-. AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless I modified by the endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. l SCHEDULE Name Of Person(s)Or Organization(s): Refer to Designated Insured Schedule ---------------- Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section 11 - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 i i i Policy Number AS2-Z91-454734-038 DESIGNATED INSURED SCHEDULE Applicable to: CA 20 48 02 99, CA 20 48 10 13, MM 99 50 10 13 Name of Person(s) or Organization(s) Any person or organization whom you agreed in writing as an additional insured, but only for the coverage and minimum limits of insurance required by the written agreement, and in no event to exceed either the scope of coverage or the limits of insurance provided in this policy. ( i ACS 20 05 10 13 B 0 2013 Liberty Mutual Insurance. All rights reserved. Page 1 of 1 i Policy Number: AS2-Z91-454734-038 Issued by: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED -NONCONTRIBUTING F This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERAGE FORM TRUCKERS COVERAGE FORM s With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. I This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage form. Schedule Name of Person(s)or Organizations(s): Any person or organization whom you agreed in writing as an additional insured, but only for the coverage and minimum limits of insurance required by the written agreement, and in no event to exceed either the scope of coverage or the limits of insurance provided in this policy. Regarding Designated Contractor Project: Each person or organization shown in the Schedule of this endorsement is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. The following is added to the Other Insurance Condition: If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additional Insured for liability arising out of your operations, and the agreement was executed prior to the "bodily injury" or "property damage", then this insurance will be primary and we will not seek contribution from such insurance. f AC 84 23 08 11 ©2010. Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.. with its permission. This page has been left blank intentionally. Policy Number Issued by THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. Newly Acquired or Formed Organizations II. Employees as Insureds III. Lessor-Additional Insured and Loss Payee IV. Supplementary Payments- Increased Limits V. Fellow Employee Coverage VI. Personal Property of Others VII. Additional Transportation Expense and Cost to Recover Stolen Auto VIII. Airbag Coverage IX. Tapes, Records and Discs Coverage X. Physical Damage Deductible-Single Deductible XI. Physical Damage Deductible-Glass XII. Physical Damage Deductible-Vehicle Tracking System XIII. Duties in Event of Accident, Claim, Suit or Loss XIV. Unintentional Failure to Disclose Hazards XV. Worldwide Liability Coverage- Hired and Nonowned Autos XVI. Hired Auto Physical Damage XVII. Auto Medical Payments Coverage Increased Limits XVIII. Drive Other Car Coverage- Broadened Coverage for Designated Individuals XIX. Rental Reimbursement Coverage XX. Notice of Cancellation or Nonrenewal XXI. Loan/Lease Payoff Coverage XXII. Limited Mexico Coverage XXI II. Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words you and your also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day after you acquire or form the organization; or 2. The end of the policy period, whichever is earlier; and C. The coverage does not apply to an "accident' which occurred before you acquired or formed the organization. AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 1 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by Il. EMPLOYEES AS INSUREDS Paragraph A.1.Who Is An Insured of SECTION II - LIABILITY COVERAGE is amended to add: Your "employee" is an "insured" while using with your permission a covered "auto" you do not own, hire or borrow in your business or your personal affairs. III. LESSOR-ADDITIONAL INSURED AND LOSS PAYEE A. Any 'leased auto" will be considered an "auto" you own and not an "auto" you hire or borrow. The coverages provided under this section apply to any 'leased auto" until the expiration date of this policy or until the lessor or his or her agent takes possession of the 'leased auto"whichever occurs first. B. For any 'leased auto" that is a covered "auto" under SECTION II - LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured provision is changed to include as an "insured" the lessor of the 'leased auto". However, the lessor is an "insured" only for"bodily injury" or"property damage" resulting from the acts or omissions by: 1. You. 2. Any of your"employees"or agents; or 3. Any person, except the lessor or any "employee" or agent of the lessor, operating a 'leased auto" with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the 'leased auto"for"loss"to the covered "leased auto". 2. The insurance covers the interest of the lessor of the 'leased auto" unless the 'loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor of a 'leased auto", we will obtain his or her rights against any other party. D. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. E. The lessor is not liable for payment of your premiums. F. For purposes of this endorsement, the following definitions apply: "Leased auto" means an "auto" which you lease for a period of six months or longer for use in your business, including any"temporary substitute"of such 'leased auto". AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 2 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered "auto" is out of service because of its breakdown, repair, servicing, "loss"or destruction. IV. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION II - LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to $3,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including the actual loss of earnings up to$500 a day because of time off from work. V. FELLOW EMPLOYEE COVERAGE A. Exclusion B.5. of SECTION II - LIABILITY COVERAGE does not apply. B. For the purpose of Fellow Employee Coverage only, Paragraph B.5. of BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Coverage is excess over any other collectible insurance. VI. PERSONAL PROPERTY OF OTHERS Exclusion 6. in SECTION II - LIABILITY COVERAGE for a covered "auto" is amended to add: This exclusion does not apply to "property damage" or"covered pollution cost or expense" involving "personal property" of your "employees" or others while such property is carried by the covered "auto". The Limit of Insurance for this coverage is $5,000 per "accident". Payment under this coverage does not increase the Limit of Insurance. For the purpose of this section of this endorsement, "personal property" is defined as any property that is not used in the individual's trade or business or held for the production or collection of income. VII. ADDITIONAL TRANSPORTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph AA.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to $50 per day and to a maximum limit of$1,000. B. Paragraph AA.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership, we will also pay up to $1,000 for reasonable and necessary costs incurred by you to return a stolen covered "auto" from the place where it is recovered to its usual garaging location. Vill. AIRBAG COVERAGE Exclusion B.3.a. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: This exclusion does not apply to the accidental discharge of an airbag. AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 3 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by IX. TAPES, RECORDS AND DISCS COVERAGE Exclusion B.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, visual or data electronic devices: (1) Are your property or that of a family member; and (2) Are in a covered "auto" at the time of"loss". The most we will pay for "loss" is $200. No Physical Damage Coverage deductible applies to this coverage. X. PHYSICAL DAMAGE DEDUCTIBLE- SINGLE DEDUCTIBLE Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to 'loss"caused by fire or lightning. When two or more covered "autos" sustain 'loss" in the same collision, the total of all the 'loss"for all the involved covered "autos" will be reduced by a single deductible, which will be the largest of all the deductibles applying to all such covered "autos". XI. PHYSICAL DAMAGE DEDUCTIBLE- GLASS Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: No deductible applies to 'loss"to glass if you elect to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE-VEHICLE TRACKING SYSTEM Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any 'loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XIII. DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraphs A.2.a. and A.2.b. of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a. In the event of "accident", claim, "suit' or 'loss", your insurance manager or any other person you designate must notify us as soon as reasonably possible of such "accident', claim, "suit' or 'loss". Such notice must include: (1) How, when and where the "accident'or'loss"occurred; AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 4 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowledge of an "accident", claim, "suit" or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance manager or any other person you designate has received notice of the "accident", claim, "suit"or"loss"from your agent, servant or"employee". b. Additionally, you and any other involved "insured" must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's" own cost. (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or"suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the "suit". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph B.2. in SECTION IV- BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery XV. WORLDWIDE LIABILITY COVERAGE - HIRED AND NONOWNED AUTOS Condition B.7. in SECTION IV- BUSINESS AUTO CONDITIONS is amended to include the following: For "accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all parts of the world subject to the following provisions: a. If claim is made or "suit" is brought against an "insured" outside of the United States of America, its territories and possessions, Puerto Rico and Canada, we shall have the right, but not the duty to investigate, negotiate, and settle or defend such claim or "suit". If we do not exercise that right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The "insured" shall provide us with such information we shall reasonably request regarding such claim or "suit" and its investigation, negotiation, and settlement or defense. The "insured" shall not agree to any settlement of the claim or "suit" without our consent. We shall not unreasonably withhold consent. AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 5 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the following will apply: A. We will pay for "loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: 1. The most we will pay for coverage afforded by this endorsement is the lesser of: a. The actual cost to repair or replace such covered "auto" with other property of like kind and quality; or b. The actual cash value of such covered "auto"at the time of the 'loss". 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total 'loss". 3. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. B. For each covered "auto", our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger "autos" that you own. If no applicable deductible is shown in the Declarations, the deductible will be$250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph AA.b. of SECTION III - PHYSICAL DAMAGE COVERAGE is replaced by: b. Loss of Use Expenses For Hired Auto Physical Damage provided by this endorsement, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 6 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by However, the most we will pay under this coverage is $30 per day, subject to a maximum of$900. XVII. AUTO MEDICAL PAYMENTS COVERAGE - INCREASED LIMITS For any covered "loss", the Limit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the "insured" was wearing a seat belt at the time of the "accident". This is the maximum amount we will pay for all covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid, claims made, or vehicles involved in the "accident". If no limit of insurance for Auto Medical Payments is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVIII. DRIVE OTHER CAR COVERAGE- BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II - LIABILITY COVERAGE is amended as follows: 1. Any "auto" you don't own, hire or borrow is a covered "auto" for Liability Coverage while being used by any individual named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: a. Any"auto" owned by that individual or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". 2. The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her spouse, while a resident of the same household, are "insureds" while using any covered "auto" described in Paragraph B.1. of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members" are "insured" while "occupying" or while a pedestrian when struck by any "auto" you don't own except: Any"auto" owned by that individual or by any"family member". D. SECTION III - PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except: 1. Any"auto" owned by that individual or by any member of his or her household; or AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 7 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by 2. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". E. For purposes of this endorsement, SECTION V- DEFINITIONS is amended to add the following: "Family member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XIX. RENTAL REIMBURSEMENT COVERAGE A. For any owned covered "auto" for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise applicable amount of physical damage coverage you have on a covered "auto". No deductibles apply to this coverage. B. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred; or 2. $30 per day with a maximum of$900 in any one period. D. This coverage does not apply: 1. While there are spare or reserve "autos"available to you for your operations; or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VII of this endorsement. XX.NOTICE OF CANCELLATION OR NONRENEWAL A. Paragraph A.2. of the COMMON POLICY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewal to the Named Insured, and to any name(s)and address(es) shown in the Cancellation and Non-renewal Schedule: a. For reasons of non-payment, the greater of: (1) 10 days; or (2) The number of days specified in any other Cancellation Condition attached to this policy; or b. For reasons other than non-payment, the greater of: AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 8 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by (1) 60 days; (2) The number of days shown in the Cancellation and Non-renewal Schedule; or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the effective date of the cancellation or non-renewal. B. All other terms of Paragraph A. of the COMMON POLICY CONDITIONS, and any amendments thereto, remain in full force and effect. XXI. LOAN/LEASE PAYOFF COVERAGE The following is added to Paragraph C. Limit of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto" of the private passenger type shown in the schedule or declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto", less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy; and 2. Any: a. Overdue lease/loan payments at the time of the 'loss'; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of$1500 for each covered "auto". XXII. LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY - NOT THE LAWS OF THE UNITED STATES OF AMERICA. THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 9 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by A. Coverage 1. Paragraph B.7. of SECTION IV- BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only if all of the following criteria are met: a. The"accidents"or"loss"occurs within 25 miles of the United States border; and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph B.5. Other Insurance in SECTION IV- BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a 'loss" to a covered "auto" occurs in Mexico, we will pay for such 'loss" in the United States. If the covered "auto" must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value of such 'loss"at the nearest United States point where the repairs can be made. C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto" is not principally garaged and principally used in the United States. 2. To any"insured"who is not a resident of the United States. XXIII.WAIVER OF SUBROGATION Paragraph A.5. in SECTION IV - BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident", to waive rights of recovery against such person or organization. AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 10 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number Issued by Schedule Premium Liability Physical Damage Total Premium V. Fellow Employee Schedule of Employees: XVIII. Drive Other Car LIAB MP UM UIM COMP COLL Name of Individual IM XX. Notice of Cancellation or Nonrenewal Name and Address Number of Days AC 84 07 07 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 11 of 11 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This page has been left blank intentionally. KENT SPEC 1 AL PROV 1 S 1 ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ..................................... 1-1 1 -01 Definitions and Terms...................................................... 1 -1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1 -04 Scope of the Work .......................................................... 1 -5 1-05 Control of Work .............................................................. 1-8 1 -06 Control of Material .......................................................... 1-15 1-07 Legal Relations and Responsibilities to the Public................. 1-18 1-08 Prosecution and Progress ................................................. 1 -25 1 -09 Measurement and Payment .............................................. 1-29 1-10 Temporary Traffic Control ................................................ 1-30 DIVISION 2 EARTHWORK.......................................................... 2-1 2-01 Clearing, Grubbing, and Roadside Cleanup ......................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-2 2-03 Roadway Excavation and Embankment .............................. 2-4 2-07 Watering ....................................................................... 2-6 2-12 Construction Geosynthetic... ............................................. 2-8 2-14 Contaminated Soil Disposal... ........................................... 2-8 DIVISION 4 BASES.................................................................... 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-8 DIVISION 9 MATERIALS............................................................ 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 KING COUNTY STANDARD PLANS ................................................... A-3 DOWNEY FARMSTEAD RESTORATION CONSTRUCTION STORMWATER GENERALPERMIT ........................................................................... A-4 Downey Farmstead Restoration Phase 2/Knox 1 April 16, 2019 Project Number: 18-3007.3 & .4 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE KING COUNTY PERMITS: SHORELINE EXEMPTION AND CLEARING AND GRADING PERMIT................................................................... A-5 CONTAM I NATED SO I L MEMO AND MAP........................................... A-6 TRAFF I C CONTROL PLANS .............................................................. A-7 PREVAILING WAGE RATES.............................................................. A-8 Downey Farmstead Restoration Phase 2/Knox 2 April 16, 2019 Project Number: 18-3007.3 & .4 KENT SPEC 1 AL PROV 1 S 1 ONS 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 1 - GENERAL REQUIREMENTS 1-01 DEF I N I T I ONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons 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 Downey Farmstead Restoration Phase 2/Knox 1 - 1 April 16, 2019 Project Number: 18-3007.3 & .4 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 BYADDING 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 Downey Farmstead Restoration Phase 2/Knox 1 - 2 April 16, 2019 Project Number: 18-3007.3 & .4 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 by downloading at no charge at KentWA.gov/doing-business/bids-procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 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 shall be signed by the Bidder and the Surety. A proposal bond shall not Downey Farmstead Restoration Phase 2/Knox 1 - 3 April 16, 2019 Project Number: 18-3007.3 & .4 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. Downey Farmstead Restoration Phase 2/Knox 1 - 4 April 16, 2019 Project Number: 18-3007.3 & .4 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 other part of the contract require work that has no bid item price in the Downey Farmstead Restoration Phase 2/Knox 1 - 5 April 16, 2019 Project Number: 18-3007.3 & .4 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 '-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 '-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 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B), SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 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. Downey Farmstead Restoration Phase 2/Knox 1 - 6 April 16, 2019 Project Number: 18-3007.3 & .4 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. Downey Farmstead Restoration Phase 2/Knox 1 - 7 April 16, 2019 Project Number: 18-3007.3 & .4 1-05 CONTROL 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 BYADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after Downey Farmstead Restoration Phase 2/Knox 1 - 8 April 16, 2019 Project Number: 18-3007.3 & .4 construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $270/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1 . Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(3) Bridge, Structure and Retaining Wall Surveys For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations match the plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the City. Downey Farmstead Restoration Phase 2/Knox 1 - 9 April 16, 2019 Project Number: 18-3007.3 & .4 1 . Sufficient horizontal control points to allow the Contractor to establish centerline, abutments and pier centerline positioning and stationing. 2. Up to 6 bench marks in close proximity to the work area. 3. Permanent monuments as shown on the drawings or as given by the City. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the City. Survey work shall be within the following tolerances: 1 . Stationing +.01 foot 2. Alignment +0.1 foot (between successive points) 3. Superstructure Elevations +0.1 foot (from plan elevations) 4. Substructure Elevations +0.5 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the City all filed books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements within appropriate dimensions of structural members being fabricated. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $270/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: Downey Farmstead Restoration Phase 2/Knox 1 - 10 April 16, 2019 Project Number: 18-3007.3 & .4 1 . Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. Downey Farmstead Restoration Phase 2/Knox 1 - 11 April 16, 2019 Project Number: 18-3007.3 & .4 When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $270/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 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 Downey Farmstead Restoration Phase 2/Knox 1 - 12 April 16, 2019 Project Number: 18-3007.3 & .4 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, 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. Downey Farmstead Restoration Phase 2/Knox 1 - 13 April 16, 2019 Project Number: 18-3007.3 & .4 The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05. 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 IN 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 IS 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: Downey Farmstead Restoration Phase 2/Knox 1 - 14 April 16, 2019 Project Number: 18-3007.3 & .4 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently 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 IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 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 (1 A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. Downey Farmstead Restoration Phase 2/Knox 1 - 15 April 16, 2019 Project Number: 18-3007.3 & .4 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 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. Downey Farmstead Restoration Phase 2/Knox 1 - 16 April 16, 2019 Project Number: 18-3007.3 & .4 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. 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. Downey Farmstead Restoration Phase 2/Knox 1 - 17 April 16, 2019 Project Number: 18-3007.3 & .4 1-07 LEGAL RELAT I ONS AND RESPONS I B I L I T I ES TO THE PUBL I C 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax 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 use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax 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 1-07.4(2) IS SUPPLEMENTED BY INSERTING THE FOLLOWING BEFORE THE FIRST PARAGRAPH: 1-07.4(2) Health Hazards This project site is known to be occupied by transients and therefore may contain biological hazards and associated physical hazards. These may include, but not be limited to violent and dangerous individuals, hypodermic needles, garbage, broken glass, human and animal excrement, drug paraphernalia, and other hazards. The Contractor shall take precautions and perform any necessary Work required to provide and maintain a safe and healthful jobsite for all workers and the public for the duration of the project in accordance with all applicable laws and contract requirements. The Contractor shall ensure that the public, including persons who may be non-English speaking or those who may not be able to recognize potential safety and health hazards within the project area, are not harmed by the Contractors activities. Nothing required by this Specification shall operate as a waiver of the Contractor's responsibility for taking all steps necessary to ensure the safety of the public under Section 1-07.23 or responsibility for liability and damages under Section 1-07.14 or for any other responsibility under the Contract or as may be required by law. Downey Farmstead Restoration Phase 2/Knox 1 - 18 April 16, 2019 Project Number: 18-3007.3 & .4 Health and Safety Plan The Contractor shall prepare a written Health and Safety Plan. The plan shall be prepared under the supervision of a certified industrial hygienist and shall incorporate all required County, State, and Federal health and safety provisions. The plan shall include requirements of the Federal Occupational Safety and Health Act of 1970 (OSHA), all amendments, and all other applicable health regulations. Preparation of the Health and Safety Plan shall include an initial site assessment by the industrial hygienist. The plan shall break initial cleanup of the project into identifiable construction areas. The plan shall be submitted to the Engineer prior to the pre-construction conference (see KSP 1-08.0). At least one copy of the plan shall be posted at the work site while cleanup work is in progress. The industrial hygienist shall perform one or more follow-up site assessments as needed to approve the site following completion of the initial site cleanup. Public Notification The Engineer will notify the Kent Police department of the project and be asked to remove the transient population at the site prior to the start of the project. The Engineer will furnish and install the "No Trespassing" signs prior to site cleanup or any potentially hazardous work (such as clearing or operating equipment). Site Cleanup of Biological and Physical Hazards If aggressive or violent individuals are encountered, the Contractor shall contact the Engineer. Site cleanup of individual areas identified in the Health and Safety Plan shall be performed no more than 30 days in advance of performing other Work in each area. The refuse generated by the site cleanup shall become the property of the Contractor and shall be removed from the project. Personal property shall be handled as required by applicable laws. SECT/ON 1-07.4 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 1-07.4(4) Measurement "Health and Safety Plan" will be paid for by lump sum for the Health and Safety Plan for the Downey Site. SECT/ON 1-07.4(5) /S SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.4(5) Payment Payment will be made for the following bid items when they are included in the proposal: Downey Farmstead Restoration Phase 2/Knox 1 - 19 April 16, 2019 Project Number: 18-3007.3 & .4 The lump sum unit contract price for "Health and Safety Plan" shall be full payment for all Work associated with the preparation and implementation of the Health and Safety Plan for the Downey site including the initial and follow up assessment(s) for initial site cleanup, worker training and personal protective equipment, and providing required notifications. 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: King County Shoreline Exemption Permit King County Clearing and Grading Permit Downey Farmstead Restoration Construction Stormwater General Permit 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. SECTION 1-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: 1-07.9(3) Apprentices All contracts with an estimated construction cost greater than $1 ,000,000 (one million dollars) shall require that no less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state-approved apprenticeship program. Downey Farmstead Restoration Phase 2/Knox 1 - 20 April 16, 2019 Project Number: 18-3007.3 & .4 Definitions For the purposes of this specification, the following definitions apply: 1 . Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 5. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. Plan The Contractor shall submit an "Apprentice Utilization Plan" within 30 calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The intent is to provide the City with enough information to track progress in meeting the utilization requirements. Reporting The Contractor shall submit a "Monthly Apprentice Reporting Form" on a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contractor's request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Downey Farmstead Restoration Phase 2/Knox 1 - 21 April 16, 2019 Project Number: 18-3007.3 & .4 Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01 .030(E). Good Faith Efforts In fulfilling the Good Faith Effort, the Contractor shall perform and, when appropriate, require its Subcontractors to perform the following steps: 1 . Solicit Apprentice(s) from State-approved Apprenticeship Training Program(s) 2. Document the solicitation and, in the event Apprentice(s) are not available, obtain supporting documentation from the solicited program(s). 3. Demonstrate that the plan was updated as required within this specification. 4. Provide documentation demonstrating what efforts the Contractor has taken to require Subcontractors to solicit and employ Apprentice(s). In the event that the preceding steps have been followed, the Contractor may also supplement the Good Faith Efforts documentation with the following documentation: 1 . Submit documentation demonstrating successful Apprentice utilization on previous contracts. 2. Submit documentation indicating company-wide Apprentice utilization efforts and percentages of attainment. Payment Compensation for all costs involved with complying with the conditions of this specification is included in payment for the associated Contract items of work. 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) Repair of Damage SECTION 1-07. 14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 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, Downey Farmstead Restoration Phase 2/Knox 1 - 22 April 16, 2019 Project Number: 18-3007.3 & .4 or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 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 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- Downey Farmstead Restoration Phase 2/Knox 1 - 23 April 16, 2019 Project Number: 18-3007.3 & .4 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 I nspection 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. Centur Ly ink Comcast Tanaiya Anderson Bill Walker tanaiya.anderson@centurylink.com 253-288-7538 253-313-8961 (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. Downey Farmstead Restoration Phase 2/Knox 1 - 24 April 16, 2019 Project Number: 18-3007.3 & .4 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: 1 . To review the initial progress schedule. Downey Farmstead Restoration Phase 2/Knox 1 - 25 April 16, 2019 Project Number: 18-3007.3 & .4 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work Downey Farmstead Restoration Phase 2/Knox 1 - 26 April 16, 2019 Project Number: 18-3007.3 & .4 those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 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 survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. Downey Farmstead Restoration Phase 2/Knox 1 - 27 April 16, 2019 Project Number: 18-3007.3 & .4 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. 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. Downey Farmstead Restoration Phase 2/Knox 1 - 28 April 16, 2019 Project Number: 18-3007.3 & .4 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 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 provided 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. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BYADDING 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. Downey Farmstead Restoration Phase 2/Knox 1 - 29 April 16, 2019 Project Number: 18-3007.3 & .4 SECTION 1-09,11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1 -04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-1 O TEMPORARY TRAFF I C 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 or 206-382-4090 Downey Farmstead Restoration Phase 2/Knox 1 - 30 April 16, 2019 Project Number: 18-3007.3 & .4 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 SECTION 1-10.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.3(3) Temporary Traffic Control Devices The lump-sum payment for "Temporary Traffic Control Devices" shall include all signs and other devices identified in the Traffic Control Plan (Section 11) not identified in other bid items including, but not limited to: 1) Custom bicycle and road signs; and 2) Road closure barricades. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor." The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3) of the WSDOT Standard Specifications as supplemented by 1-10.3(3) of the KSP. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: Downey Farmstead Restoration Phase 2/Knox 1 - 31 Aprii 16, 2019 Project Number: 18-3007.3 & .4 I . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Operate and Maintain Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." All labor required to perform the work described in Section 1-10.3(1) of the WSDOT Standard Specifications for the drums will be paid under the item "Traffic Control Labor." Downey Farmstead Restoration Phase 2/Knox 1 - 32 April 16, 2019 Project Number: 18-3007.3 & .4 D I V I S I ON 2 - EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.1 IS SUPPLEMENTED BYADD/NG THE FOLLOWING TO THE END OF THIS SECTION: 2-01.1 Description "Clearing and Grubbing" refers to the removal of large existing stumps and rootwads identified on the project plans. DIVISION 2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS; 2-01.3(3) Removal of Debris and Garbage "Removal of Debris and Garbage" includes the removal of existing debris and waste from within the project area. Debris and waste includes but is not limited to: trash, construction debris (concrete and asphalt pieces, fencing), transient detritus (mattresses, tents, etc.) and illegally dumped material. Existing silt fence and jersey barriers will remain in place, unless their movement is needed for construction activities. Silt fence will be mended, and jersey barriers replaced if access through the fence/barrier is necessary. 2-01.3(5) Transport of Stockpiled Materials to New Storage Location "Transport of Stockpiled Materials to New Storage Location", includes moving stockpiled wood chip mulch, topsoil and logs out of the way of the new roadway to new locations on-site. Locations of stockpiled materials and new storage locations are detailed on the plans. Wood chip mulch will not be stored higher than 5 feet in height. SECTION 2-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.4 Measurement "Removal of Debris and Garbage" shall be measured by cubic yard. "Transport of Stockpiled Materials to New Storage Location" shall be measured by lump sum. "Clearing and Grubbing" of the Downey Site will be measured by lump sum. SECTION 2-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.5 Payment The unit price per cubic yard for "Removal of Debris and Garbage" constitutes complete compensation for all labor, materials, tools and equipment required to remove the existing debris and garbage from the Downey Farmstead Restoration Phase 2/Knox 2 - 1 April 16, 2019 Project Number: 18-3007.3 & .4 site. Bid item will include all costs to pick-up and dispose of debris and garbage in an approved off-site facility. Note that some hazardous materials may be encountered including hypodermic needles, empty drug containers, and other drug paraphernalia — clean-up of these items are incidental to the bid item, "Removal of Debris and Garbage." Any necessary movement of jersey barriers and silt fence will be incidental to the cost of this bid item. "Transport of Stockpiled Materials to New Storage Location" shall constitute full costs for moving the stockpiled materials to the new plan-specified locations. Any necessary movement of jersey barriers and silt fence will be incidental to the cost of this bid item. The lump sum price for "Clearing and Grubbing" constitutes complete compensation for all labor, materials, tools, and equipment required to clear and grub the areas of the Downey Site shown on the Downey plans, including hauling and disposal of cleared and grubbed materials to a Contractor provided approved off-site facility. Any necessary movement of jersey barriers and silt fence will be incidental to the cost of this bid item. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECT/ON 2-02.1 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECT/ON 2-02.3 /S SUPPLEMENTED BYADD/NG THE FOLLOWING NEW SECT/ON: 2-02.3(4) Rubblize Existing Pavement This work consists of rubblizing and compacting existing asphalt concrete pavement, cement concrete pavement, cement concrete sidewalk, cement concrete curb and gutter, and extruded asphalt curb at the locations indicated in the Plans and as directed by the Engineer. The existing pavement shall be rubblized with a self contained, self propelled resonant frequency pavement breaking unit capable of producing low amplitude, 2000 foot-pound blows at a rate of 44 per second. The unit shall be equipped with a water system to suppress dust generated by the rubblizing operation. A standard steel drum vibratory roller having a gross weight of not less than 10 tons operated in the vibration mode shall be used to compact the rubblized pavement. Downey Farmstead Restoration Phase 2/Knox 2 - 2 April 16, 2019 Project Number: 18-3007.3 & .4 A transverse joint shall be saw cut full depth and any longitudinal joint ties severed completely where the rubblizing abuts pavement which is to remain in place, for future use. The operating speed of the rubblizing unit shall be such that the existing pavement is rubblized, full depth, into particles with a nominal size of 2 inches and not exceeding 6 inches. The desired breaking effort shall be accomplished in one pass of the breaking shoe. The rubblized surface shall be compacted with a steel wheel vibratory roller weighting at least 10 tons. It may also be necessary to roll the pavement with a pneumatic-tired roller in order to obtain proper imbedment of the rubblized material. If a pneumatic-tired roller is used, the final pass shall be done with a steel-wheeled vibratory roller. Traffic shall not be allowed on the rubblized surface. Any reinforcement such as welded mesh, dowel or tie bars shall remain in place unless exposed at the surface as a result of rubblizing or compaction efforts. Exposed reinforcements shall be cut off flush with the surface and removed from the site. The Contractor shall have the option of removing the existing asphalt concrete pavement, cement concrete pavement, cement concrete sidewalk, cement concrete curb and gutter, and extruded asphalt curb identified in the Plans to be rubblized. No additional payment will be made for the removal and disposal of the pavement if the Contractor chooses to remove instead of rubblize. Replacement of embankment material as a result of the remove items shall be at the Contractor's expense. Rubblizing existing pavement shall be measured by the square yard of actual area rubblized. Water shall be used to control the dust during the rubblizing ooperations, in accordance with Section 2-07 (Watering). SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Rubblize and Relocate Asphalt Concrete Pavement for Use as AT13" constitutes complete compensation for all labor, materials, tools, equipment, supplies and haul required to remove existing asphalt from roads for the entire depth of the road. Included in this price is the cost of rubblizing, transport, Downey Farmstead Restoration Phase 2/Knox 2 - 3 April 16, 2019 Project Number: 18-3007.3 & .4 compacting and placement of existing asphalt concrete pavement at the locations indicated in the Plans and as directed by the Engineer. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100 S.Y. x 6 = 133 S.Y. No other compensation shall be allowed. The unit price contract price per lineal foot for "Saw Cut Existina Asphalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches (or whatever depth the existing road way is) in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: actual depth in inches (length) x 6 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: 8 100 LF x 6= 133 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. Any necessary movement of jersey barriers and silt fence will be incidental to the cost of this bid item. 2-03 ROADWAY EXCAVATION AND EMBANKMENT THE FIRST PARAGRAPH OF SECTION 2-03.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.1 Description Downey Farmstead Restoration Phase 2/Knox 2 - 4 April 16, 2019 Project Number: 18-3007.3 & .4 "Excavation, Including Haul and Disposal" includes excavation and grading of the Downey site as shown on the plans and haul and disposal of this material to an approved contractor provided off-site location. "Excavation and Reuse of Soil for Realigned Frager Road Embankment Including Compaction" will include all machinery, labor, temporary stockpiling, placement and compaction (according to WSDOT 2-03.3(14)C Method B) of native material for use as new embankment for realigned Frager Road. All embankment material must be approved by the Engineer. Areas identified as suitable fill material for the new roadway shall only be excavated to an elevation of 39.0 feet (approximately four feet deep). Areas below 39.0 feet elevation have been identified as unsuitable material by the geotechnical engineer. SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.4 Measurement All quantities in this section shall be measured by either bank cubic yard or cubic yard. Should the contractor dispute the quantity of any category of earthwork for this project, the contractor shall notify the Engineer in writing, submitting evidence in the form of a construction survey or photogrammetric survey with measurement for the proposed adjustment. The Engineer will determine the amount of the adjustment, if any. Only deviations in quantity in excess of 5% will be paid. Note to Bidders: City survey staff will perform a topographic survey of the soil export area identified in the plans after transport of stockpiled materials but prior to 'Excavation and Reuse of Soil...'. City surveyors will perform another topographic survey of the area under 'Excavation and Reuse of Soil...' at the end of this excavation. Pre-construction and Downey Farmstead Restoration Phase 2/Knox 2 - 5 April 16, 2019 Project Number: 18-3007.3 & .4 final surface/CADD files shall be made available to the Contractor at the Contractor's request. The quantity difference between the pre- construction and post-construction survey will determine the pay quantity for the pay item "Excavation and Reuse of Soil for Realigned Frager Road Embankment Incl. Compaction". "Excavation, Including Haul and Disposal" will be measured per bank cubic yard. SECTION 2-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.5 Payment The unit contract price per bank cubic yard of "Excavation and Reuse of Soil for Realigned Frager Road Embankment Incl. Compaction" shall include all costs incurred from equipment, labor, temporary stockpiling, placement and compaction for Frager Road embankment. All material used for embankment must be considered suitable by the Engineer. Any necessary movement of jersey barriers and silt fence will be incidental to the cost of this bid item. "Excavation, Including Haul and Disposal" per BCY, shall include all costs incurred from equipment, labor, temporary stockpiling, placement, transport and disposal of material. Embankment material excavated in the excess of what is necessary for the proposed Frager Road embankment shall be replaced in its original location at the contractor's expense. Any necessary movement of jersey barriers and silt fence will be incidental to the cost of this bid item. 2-07 WATERING SECTION 2-07.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.1 Description The City's Environmental Engineering Department will pay the City's Water Department for the water used. The pay item for "Water" shall be considered full compensation for all equipment, tools, labor, materials, and efforts necessary to load, haul, and distribute the water for purposes of Dust Control. All water shall be drawn from a City of Kent owned hydrant. The exact hydrant to be used will be determined by the City at the preconstruction meeting. Water shall be utilized to control dust on the construction site, or to aid in compaction of fill material. SECTION 2-07.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.3 Construction Requirements The Contractor shall use the minimum amount of water required to control dust per the Puget Sound Air Pollution Control Authority's requirements or at the direction of the Engineer. Downey Farmstead Restoration Phase 2/Knox 2 - 6 April 16, 2019 Project Number: 18-3007.3 & .4 SECTION 2-07.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street (253-856-5600) to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Water shall be obtained from a City of Kent hydrant located near a construction site. A meter shall be placed on the hydrant by the contractor prior to obtaining water from the hydrant. The meter shall be taken off the hydrant at the end of each day to protect against water and/or meter theft. The bid item for watering will be measured per hour for each full hour the water truck is operating on site or traveling directly between the site and the hydrant (including installation and removal of the meter). Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. SECTION 2-07.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.5 Payment The unit contract price for "Watering," per MGAL shall be complete compensation for all labor, equipment, supplies, tools, and materials to haul, deliver and distribute water on construction site as required to control dust or street cleaning. Quantities used for all the other work including but not limited to: concrete work, hydroseeding and plant establishment, and compaction shall be included in the appropriate bid items. Downey Farmstead Restoration Phase 2/Knox 2 - 7 April 16, 2019 Project Number: 18-3007.3 & .4 2-12 CONSTRUCTION GEOSYNTHETIC SECTION 2-12. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-12.2 Materials Woven geotextile fabric shall be Marifi 60OX or Engineer approved- equivalent that meets a minimum grab tensile strength of 300 Ibs and a minimum puncture strength of 100 lbs. SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of one (1) foot but not more than 1 .5 feet. SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.4 Measurement Woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment The unit contract price per square yard for "Woven Geotextile Fabric" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. DIVISION 2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-14 CONTAM I NATED SO I L D I SPOSAL 2-14.1 (A) Description Downey Farmstead Restoration Phase 2/Knox 2 - 8 April 16, 2019 Project Number: 18-3007.3 & .4 The surface soil on the eastern most parcel (parcel #2322049049) is contaminated with arsenic above State cleanup levels to a depth of approximately 1 foot below grade. The known concentrations and depths of the arsenic are shown described in Section 10. The contaminated soil location is identified in the plans and in Section 10. It is the intent of the project to lower the arsenic concentration to less than 20 milligrams of arsenic (As) per kilogram of soil (mg/kg) by removing contaminated soil from the project site and disposing of contaminated soil at an Engineer approved contaminated soil landfill. This section includes specifications for removal of contaminated soil that is present within the work area. The Contractor shall perform the Work in this Section at the general direction of the Engineer, in accordance with the applicable local, state, and federal statutes, regulations, standards, and Chapter 70.105D Revised Code of Washington (RCW) and Washington Administrative Code (WAC) Chapter 173-340, Washington Dangerous Waste rules in WAC 173-303, Washington Department of Labor and Industries (L&I) rules in WAC Chapter 296, including WAC 296-843, and 296-155, and the accepted Work Plan and Site-Specific Health and Safety Plan (HASP). Workers that may come into contact with the contaminated soil shall have initial 40-hour training and associated annual 8-hour refreshers on Hazardous Waste Operations and Emergency Response (HAZWOPER) and be under medical surveillance per WAC 296-843-210. At least one worker must also have a HAZWOPER Supervisor training certificate. The Supervisor must be on site during all activities associated with contaminated soil, until the confirmation test results indicate the arsenic concentrations are acceptable. The Contractor must assign a qualified person to be the site safety and health officer. The HAZWOPER Supervisor may fulfill this role. The Supervisor shall have the authority and responsibility to: 1) establish means and methods and evaluate associated hazards of their contracted work, and 2) ensure that they and their subcontractors establish, implement and enforce engineering and administrative controls and personal protective equipment and safe procedures sufficient to control the hazards of their work; See Appendix A for guidance on preparation of a site-specific HASP. The contractor shall provide all necessary labor, equipment, material to complete the scope of work under this section prior to any other earthwork. Work shall be performed in a safe manner consistent with applicable L&I rules and with environmental rules from the Washington State Department of Ecology, and as applicable rules enforced by the U.S. Army Corps of Engineers, the Washington Department of Fish and Wildlife, and the U.S. Department of Transportation (U.S. DOT). The Contractor shall provide for the safety of site personnel, City personnel, personnel representing third party stakeholders, and the public for the duration of the Contract. Downey Farmstead Restoration Phase 2/Knox 2 - 9 April 16, 2019 Project Number: 18-3007.3 & .4 2-14.1 (B) Scope of Work Work includes excavation and removal of the upper 1-foot of the soil in the area identified on the plans or as directed by Engineer's approved on-site representatives.. Contaminated soil will be transported offsite to an Engineer approved location in accordance with U.S. DOT rules and Washington Department of Ecology rules. The approved end uses would like be disposal in a demolition debris landfill. The City will collect and analyze confirmation samples after removal, to verify that arsenic concentrations are acceptable. The analytical test results will be provided to the contractor. Allow up to 5 business days to receive the test results. Additional soil removal will be required if the test result indicates that arsenic concentrations exceed 20 mg/kg. 2-14.2 Submittals Prepare and submit a work plan for Engineer's review at least 2 weeks prior to mobilization. The Work Plan shall describe in detail, the sequence of work, method of soil removal procedures, schedule of activities, the final approved disposition of the offsite soil at approved facility(ies) for Engineer's review and acceptance prior to mobilization. No adjustments for time or cost/compensation will be made for any resubmittals. The Work Plan shall include, at a minimum: 1 . Schedule of activities. 2. Methods and procedures of excavation, stockpiling, transporting and disposal. 3. Equipment to be used. 4. Contaminated soil staging and storing procedures, and proposed disposal locations. Prepare and submit a Site-Specific Health and Safety Plan (HASP), as referenced in 1-07.4(2), which includes the hazard analysis of the proposed work procedures and associated controls and safe work practices, dust control measures, decontamination methods and remedial action waste management procedure, route to a nearby hospital or medical facility, required worker training and certifications, safety data sheets for materials brought on site by the contractor, heavy equipment inspection and underground utility preservation procedures, and other elements required for a HASP to comply with WAC 296-843. Elements and procedures may be in the HASP, or to eliminate duplication may reference other existing documents which shall be available on site during the project. Provide an inspection copy of all referenced documents and certifications of personnel that will work on the site that are not included in the HASP when submitting the HASP for review by the Engineer. Dust control measures required to meet nuisance dust criteria will be sufficient to control worker exposure to arsenic from the site soil. Conservatively, the standard shall be no visible dust sustained for more than 2 minutes. Equipment decontamination may be conducted by dry means; the standard shall be no visible soil on the equipment. Downey Farmstead Restoration Phase 2/Knox 2 - 10 April 16, 2019 Project Number: 18-3007.3 & .4 Submit closeout documentation to the Engineer as it becomes available including, but not limited to, surveys, logs, weight tickets, and waste profiles. 2-14.3 (C) Transportation and Disposal Offsite disposal shall be at a demolition debris landfill or at commercial and/or industrial developments, as approved by the Engineer. Provide a copy of the landfill waste profile or acceptance letter from the receiving facility to the Engineer. 2-14.4 Measurement Measurement for "Excavation of Contaminated Soil" shall be per ton of soil excavated, and shipped offsite. "Haul Offsite and Dispose of Contaminated Soil" shall be measured by tons. The quantities shall be determined by in-field inspection and truck tickets, which shall be submitted to the Engineer after each day of contaminated soil disposal. 2-14.5 Payment "Excavation of Contaminated Soil" "Haul Offsite and Dispose of Contaminated Soil" Payment for the above items shall be per ton and constitute all costs necessary to accomplish the work detailed in 2-14 above. Note that verification testing of soils to determine whether soils are below the Ecology action level (and when, therefore, no additional contaminated soil excavation and disposal is necessary) will be accomplished by others, and will require 5 days turnaround time. Downey Farmstead Restoration Phase 2/Knox 2 - 11 April 16, 2019 Project Number: 18-3007.3 & .4 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS SUPPLEMENTED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for "Crushed Surfacing Base Course, 1- 1/4 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. Downey Farmstead Restoration Phase 2/Knox 4 - 1 April 16, 2019 Project Number: 18-3007.3 & .4 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT M I X ASPHALT SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1 . Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material Downey Farmstead Restoration Phase 2/Knox 5 - 1 April 16, 2019 Project Number: 18-3007.3 & .4 that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Asphalt concrete Class 1/2" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1-1/2 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 Downey Farmstead Restoration Phase 2/Knox 5 - 2 April 16, 2019 Project Number: 18-3007.3 & .4 percent of the maximum density determined by WSDOT Test Method 705). HMA Class 112 inch PG 64-22 preleveling mix shall be compacted to 92 percent of the maximum density. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "HMA Class 1/2" PG 64-22 Asphalt Overlay" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for Frager Road, permanent utility patches, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. Downey Farmstead Restoration Phase 2/Knox 5 - 3 April 16, 2019 Project Number: 18-3007.3 & .4 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01 .3(2)B and 9-14.2 Fertilizer ...............................8-01 .3(2)B and 9-14.3 Mulch and Amendments ..........8-01 .3(2)D and 9-14.4 Tackifier ...............................8-01 .3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. Downey Farmstead Restoration Phase 2/Knox 8 - 1 April 16, 2019 Project Number: 18-3007.3 & .4 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION B-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Name and contact info for Contractor's CESCL SECTION B-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 3. City of Kent 2002 Surface Water Design Manual Downey Farmstead Restoration Phase 2/Knox 8 - 2 April 16, 2019 Project Number: 18-3007.3 & .4 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to Downey Farmstead Restoration Phase 2/Knox 8 - 3 April 16, 2019 Project Number: 18-3007.3 & .4 agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. Downey Farmstead Restoration Phase 2/Knox 8 - 4 April 16, 2019 Project Number: 18-3007.3 & .4 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1 ,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in WSDOT Section 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Downey Farmstead Restoration Phase 2/Knox 8 - 5 April 16, 2019 Project Number: 18-3007.3 & .4 Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch Downey Farmstead Restoration Phase 2/Knox 8 - 6 April 16, 2019 Project Number: 18-3007.3 & .4 or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-01.307) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1 . All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Downey Farmstead Restoration Phase 2/Knox 8 - 7 April 16, 2019 Project Number: 18-3007.3 & .4 Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in WSDOT Section 8-01 .3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. 8-02 ROADS I DE RESTORAT I ON SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1 (1), (2), (3) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber ................................. 9-14.4(2) Special Planting Mixture............................. 9-14.4(9) Erosion Control Devices ............................. 9-14.5 Street Trees............................................. 9-14.6(1)A Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. Downey Farmstead Restoration Phase 2/Knox 8 - 8 April 16, 2019 Project Number: 18-3007.3 & .4 DIVISION 9 - MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): Weight Seed Mix "A" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% White Dutch Clover 98% 90% 0.5% (Pre-inoculated) The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. 9-14.4 Mulch and Amendments SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Downey Farmstead Restoration Phase 2/Knox 9 - 1 April 16, 2019 Project Number: 18-3007.3 & .4 Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. Downey Farmstead Restoration Phase 2/Knox 9 - 2 April 16, 2019 Project Number: 18-3007.3 & .4 KENT STANDARD PLANS 6-64 Flexible Pavement Patching Transverse Cut 6-65 Flexible Pavement Patching Longitudinal Cut Downey Farmstead Restoration Phase 2/Knox A - 1 April 16, 2019 Project Number: 18-3007.3 & .4 a 0 F W F- U d U Lu In U F- U F ¢ w O W a m w > CD Q Q w CD 0 0 _z w H 0 � to J Z > F U O z w LL U a w OU Q� O U Ln III U 0 IIII 0 Lu I U O III � F M In IIII U z O IIII o o N 0 w III iu x — - F z a J � =1I=1II=1II=1II=1II=1I1= a — — — En IIIII `Y' I1Tl= z z_ w IIII G Z a m —lilo w ¢ R � 0 J III- ro `� N a In a J w x ry U W Q z Lu D Ln a IIIII a 0 � �Ln u Ln U YOz IIIII a 0 0 xa = g zoo Z C7 (n Q F- w 0 K a III=III t 1-1T-III=III-111 111- Ln F 0 Ln vi Lu U Lo Ln Ln CC! r'j TI`z II Invi 0 z z u z w a 0 a >v � z cm � a a I0 �zm Qo � U Wo Ln =du- d W�FQO � "' ZW IQ co Ln U UZ W Z r U a Ln UZ � Y J (n IIll Lnuju -- � ¢ m0 -jU � � � � a = � zao 1=11 0 = � am Ln i zLn Ln � v IIIIII ¢ac"'n oY J0 LL � mw In = U 0 � ¢� a' U v Ilxx � Q wl0 = W Z � FH U Qw LLRW Ln LUDgz m' UO - OInz LL a g <6"MIN. 0 FO z In = o = F-- Co NO O c z N UU =M Ln F- Q O :F- V1 WWO F F DV) QF- F- CD o LU �Z J JZmQ of > n O cn0 Q < c+ Urn QD Ln F- � xL1 a FF-- gLu w O O O O O I� W �OSEP17 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �0P WASyI AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT z THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. - y CITY OF KENT (�f ENGINEERING DEPARTMENT 21493 0 �F�STERN �``� KENT FLEXIBLE PAVEMENT PATCHING F�SSIONAL E��'\� W...-T.. TRANSVERSE CUT DESIGNED DWH DRAWN BB SCALE NONE STANDARD PLAN CHECKED DATE C_C APPROVED ENGINEER V V m w J ce Q Z Z W U v M_ 0 J O (nw Lu rn Qv F U UJ p 0 c M p M x Q Z W O o Z pi (0 x Q (D p+Ln Ck Q o Q p V F � U Lu of ~0 � ^� H Q S Q Q O F p H p w U III Z cn O IX) ¢ U 0Q ILn UQ rJ. H Lj N ( Ln � x O Lu O Q ZO w Z w U M Z J (n J Q H w 3 - N Z J ti J {n �i d cp ♦-a.a. ° I1 I1==IIIIIIIII—_-1I II FI_III cp� w U LLpr � 4 pp Q p > � U mz On a n op p wWwo - � z3: LU _j coZ pw � g J Q -jZ � Luu Q wzw U O J LU LU- = Zwa w waQv QQ of � t Um� w Fco a p cn m cn o ¢ Ln III-1 oa oUo mo o � ? oo Qu~i a � � Z II=j z� oQ z � JL " b < 8- Q � � w III_ O a w O � � w U) x � w gw `1 d. Z oQ Qaw Qtn .. CDU III co OO JO Z ( Jpw U � � p o JK O (n Jcnc- Qwo 00 Qw IIIIII �� po �;; Qo UQ a < Ln eau; xJ aaf IIIIII Ln o M - z N M In �6 IIIIIIII—III- U w III-111�I Lu —I IIIIIII a III—III-III-111-111-111-111-1 ='111-III- � i I 1=1 11=1 I I-1 11=1 11=1 I I-1 I_III-1TI I I I � w I w Ii Z o Lu z III o v = 1=Lu M o a III Q a I III Z ICI-ITI-I -I -I I=ITI-111I F- IIIIII: Lu Lu III=III= I II I II i i—iTi z IIIIII M IIIIII N I I=� III- Q Ln o U J z, ()sEP17 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 0 5.. of WASy/ �� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE c� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT z O z THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. Q r -3 CITY OF KENT 2: H �+ CTJ ENGINEERING DEPARTMENT z o� �2493 �o �� • FLEXIBLE PAVEMENT PATCHING w a o� SISTER KENT w WA..... OM LONGITUDINAL CUT FS�0 AL ENG\ DESIGNED DWH DRAWN BB SCALE NONE STANDARD PLAN CHECKED DATE APPROVED ENGINEER 6-65 WSDOT STANDARD PLANS FENCE AND GLARE SCREEN L-20.10-03 Chain Link Fence Type 3 and 4 (2 sheets) Downey Farmstead Restoration Phase 2/Knox A - 2 April 16, 2019 Project Number: 18-3007.3 & .4 U Ul 44 me A. IL v �m� »z' Ou rl�fd At- �'� za* s On Z o ° 1M1 too 40 CD M V3 S t/I i!1 S LR KY Y 0 d x z vu w z z r a f ° z c o 16 A a 0 � z zz a W Q .J 1 J t3 Eit ; S N _� H 10 _ 6a Ot WI 0 z ` z ZO m I r 3 fli S. y YC # w wS� rn ya a aBlt�t ILr i F , 1Hfl13ftDM9Vd .W.......,.{ice^{:[�,tY-:-.«� 4t3NOt2f8�fA {' w Z� ' fl-s a.� .9-Z i ' .:+ .iS'•4 .Ot d _ XJ4.L' sec 1 — S 1 ' aG z z i z z.... t » ,Aaron S t.. is ..0-z p ites w ale tu z z 40 r�+ a `- s t rr a tay Ie ® m„ a jmw r t5 ! w a w 1 z r Q ce J 0 y� w a t@ P az I Q r z ku p 96 a z w ui C! 00 w u� r � q � F H Zy�y 2g y twt�o w. , w m Soya ,n dq y ylgga z z4nz w �w w E•- w z r x w 63 N jffj W w ,±y C Elf E ❑ r .s' Q ,... 0 F a � ! uO to V N E w Wv w e p z w ti3N0131:i AVOO 'A$WAVVO KING COUNTY STANDARD PLANS FIGURE C.3.1 .A STABILIZED CONSTRUCTION ENTRANCE (KC Surface Water Design Manual Appendix C, January 9, 2009) FIGURE C.3.I.A S N13ILIZED CONSTRUCTION ENTK.4`dC'E AS PER KING COUNTY ROAD STANDARDS, DRIVEWAYS SHALL BE PAVED TO THE EDGE fO OF R_O—W PRIOR TO INSTALLATION Or THE DAONS MAG RUCTION ENTRANCE O AVOID AGING OF THE ROADWAY IT 1S RECOMMENDED THAT THE R m 25' MIN."�� ENTRANCE BE CROWNED SO THAT RUNOFF DRAINS OFF THE PAD ems?. INSTALL DRIVEWAY CULVERT IF THERE is A ROADSIDE DITCH PRESENT, AS ,. PER KING COUNTY ROAD STANDARDS r` 4"-8" QUARRY $FALLS GEOTExTILE 12" MIN. THICKNESS PROVIDE FULL WIDTH OF �� INGRESS/EGRESS AREA Downey Farmstead Restoration Phase 2/Knox A - 3 April 16, 2019 Project Number: 18-3007.3 & .4 CITY OF KENT CONSTRUCTION STORMWATER GENERAL PERMIT Downey Farmstead Restoration/Knox A - 4 April 16, 2019 Project Number: 08-3017 r L STATE OF WASHINGTON DEPARTMENT OF ECOLOGY PO Box 47600 • Olympia, WA 98504-7600 k 360-407-6000 711 for Washington Relay Service * Persons with a speech disability can call877-833-6341 July 27,2018 Paul Kuehne City of Kent, Public Works 220 4th Ave. S Kent, WA 98032 RE: Coverage under the Construction Stormwater General Permit (CSWGP) Permit number: WAR306665 Site Name: Downey Farmstead Restoration Location: North of Hwy 516, bounded by (RM 21.5 - 22.1) and Mutlen Slough Kent, WA County: King Disturbed Acres: 1$ Dear Mr. Paul Kuehne: The Washington State Department of Ecology (Ecology) received your Notice of Intent for coverage under Ecology's Construction Stormwater General Permit (CSWGP). This is your permit coverage letter. Your permit coverage is effective July 27. 2018. Please retain this permit coverage letter as the official record of permit coverage for your site. Ecology has approved use of electronic formats as long as they are easily produced on your construction site. A mobile friendly copy of the CSWGP permit; permit forms,and information related to your permit can be viewed and downloaded at www.ecolo v.wa ov/eCoverai2e- racket. Please contact your Permit Administrator, listed below, if you would like to receive a hard copy of the CSWGP. Please take time to read the entire permit, your Administrative Order 15865 and contact Ecology if you have any questions. Electronic Discharge Monitoring Reports (WQWebDMR) This permit requires that Permittees submit monthly discharge monitoring reports (DMRs) for the full duration of permit coverage (from issuance date to termination). DMRs must be submitted electronically using Ecology's secure online system, WQWebDMR. To sign up for WQWebDMR go to www.ecv.wa.gov/programs/wq/permits/paris/webdmr html. If you have questions, contact the portal staff at (360) 407-7097 (Olympia area), or(800) 633-6193/option 3, or email WOWebPorta1@,gcy.wa,gov. Paul Kuehne July 27, 2018 Page 2 4 Appeal Process You have a right to appeal coverage under the general permit to the Pollution Control Hearing Board (PCHB). Appeals must be filed within 30 days of the date of receipt of this letter. Any appeal is limited to the general permit's applicability or non-applicability to a specific discharger. The appeal process is governed by chapter 43.21B RCW and chapter 371-08 WAC. "Date of receipt" is defined in RCW 43.21B.001(2). For more information regarding your right to appeal, go to h=s:Hfortmss.wa.fzov/ecy/publications/SummarvP4L,es/1710007.html to view Ecology's Focus Sheet:Appeal of General Permit Coverage. Ecology Field Inspector Assistance If you have questions regarding stormwater management at your construction site, please contact Evan Dobrowski of Ecology's Northwest Regional Office in Bellevue at evan.dobrowski@ecy.wa.gov, or (425) 649-7276. Questions or Additional Information Ecology is committed to providing assistance. Please review our web page at www.ecology.wa.gov/constructionstormwateroermit. if you have questions about the Construction Stormwater General Permit, please contact your Permit Administrator, RaChelle Stane at rcla461 @ecy.wa.gov or(360) 407-6556. Sincerely, Vincent McGowan, Manager Program Development Services Section Water Quality Program I I I KING COUNTY PERMITS Shoreline Exemption Clearing and Grading Downey Farmstead Restoration/Knox A - 5 April 16, 2019 Project Number: 08-3017 LIM Kind Department of Permitting February 21, 2017 and Environmental Review 35030 SE Douglas St.,Suite 210 Snoqualmle,WA 98065-9266 206-296-6600 TTY 206-296-7217 Aww.kingLogpty.goy EXEMPTION FROM SHORELINE SUBSTANTIAL DEVELOPMENT PERMIT GRDE13-0018 Applicant: City of Kent 400 West Gowe Street, Suite 200 Kent, WA q8032-5895 (253) 856-5550 Project Description: Habitat Restoration and Flood Protection. The primary goals of the Downey Farmstead Restoration project are: 1) To create new, low velocity side-channel habitat along the mainstern of the lower Green River to provide rearing and refuge habitat for juvenile salmon; 2) Reconnect the mainstem with a portion of the floodplain; 3) Install anchored large woody debris and engineered log jams to help "jump-start"creation of complex salmon habitat and maintain hydraulic connectivity; and 4) Reduce temperature loading in the Green River by planting native shrubs and trees along the river banks. As a result of the project, additional floodplain storage will be created to help alleviate flood damage to nearby urban and agricultural areas.The project also proposes to replace and re- locate Frager Rd. further from the river. -..Tt Dow ney,,,,Farmstead,.Restoration,,Project,will-,excavate,4,87-Slinear...--,.-- feet(LF) of new, sinuous side-channel habitat and create 6.34 acres of intermittently inundated aquatic habitat(below the current ordinary high- water mark) adjacent to the Green River between river miles 21.5 and 22.0. This proposed side-channel network, constructed on a 22-acre site- owned and maintained by the City of Kent, will be accessible to salmon approximately three-quarters of the year, but nearly 100% of the time during key juvenile salmon outmigration periods. The new side-channel network will have four inlets at different invert elevations that all drain to one outlet maintaining a positive gradient throughout. This design provides a balance between providing river connectivity at low flows and more reliably transporting sediment through the side channels (which could generally be expected with a steeper gradient). A total of 50 large-wood structures will be placed within the new channels and throughout the site. Nearly 7,000 native trees and willows and 22,000 shrubs will be planted along a north-facing stretch or the river that will provide stream temperature buffering to a temperature impaired waterway. Native plantings and invasive species eradication will improve water quality and provide erosion control and habitat for a myriad of aquatic and terrestrial wildlife species and insects. City of Kent RE: GRDE13-0018, Downey Farm Restoration Project on the Green River February 21, 2017 Page 2 Code Section: WAC 173-27-040(2)(o) Project Location: 25001-25609 Frager Road S., Kent, WA; SE % Section 23, Township 22 North, Range 4 East; Parcel#'s 232204-9020, 9028, 9029 and 9049 Water Body: Green River Shoreline Designation: Resource, Natural Shoreline of Statewide Significance: Yes Analysis: The project involves a watershed restoration project, consistent with WAC 173-27-040(2)(o). This project is designated a priority project in the 2005 WRIA 9 Salmon Habitat Recovery Plan (Project LG-7). It has also been reviewed and determined consistent with the goals, policies and objectives of the King County Shoreline Master Program (KCC 21A,25). Conditions- The Department of Permitting and Environmental Review (DPER) has determined that the above described project is exempt from obtaining a Shoreline Substantial Development Permit (SSDP), if completed in accordance with the following conditions: 1. This exemption is granted only for the scope of work identified in application materials dated February 5, 2013 including cover letter, Joint Aquatic Resource Permit Applications, State Environmental Policy Act determination, and plans dated 1/31/2013, except as modified through these conditions or through a grading permit. 2. This project requires a clearing and grading permit to construct. All conditions of the grading permit GRDE1 3-0018 shall be considered conditions of this shoreline exemption, 3. The project shall comply with King County's Flood Hazard Code provisions. Any Flood Hazard Conditions resulting from review associated with the clearing and grading permit shall be considered conditions of this shoreline exemption. 4. The project shall be constructed and operate in conformance with the King County Surface Design Manual and KCC Title 9. 5. Project shall employ Best Management Practices for temporary erosion and sediment control to minimize turbidity and siltation as shown and described on the plans, and found in the King County Surface Water Design Manual, 6. This project has been reviewed under the State Environmental Policy Act (SEPA) by the City of Kent as lead agency. A Determination of Nonsignificance (DNS)was issued on December 13, 2013. 7. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, or any other toxic or deleterious materials are allowed to enter or [each into surface waters. The City of Dent RE: GRDE13-O018, Downey Farm Restoration Project on the Green River February 21, 2017 Page 3 permittee shall report all spills immediately to the Washington Department of Ecology (425-649-7000). 8. All equipment that is used for in-water work shall be cleaned to remove external oil, grease, dirt and mud prior to placing the equipment in the water. Accumulation of soils or debris shall be removed from the vehicle prior to working below the ordinary high water line. Wash sites shall be placed so that wash water does not flow into the Rivers without adequate treatment. 9. Best Management Practices for piling removal shall be employed to control turbidity and sediments from re-entering the water column during pile removal, debris capture, and for debris disposal including but not limited to the following: • Pilings, sediment, construction residue and debris shall be disposed of at a facility that complies with federal and state regulations. • A floating surface boom shall be installed as necessary to capture floating surface debris produced during piling installation. Contained debris shall be collected and placed in containment basins or as otherwise approved. 10. All project-related debris or deleterious material shall be removed from the shoreline environment and recycled or disposed of at an upland landfill. 11. Construction materials shall not be staged or stockpiled below the ordinary high water line. 12. A Hydraulic Project Approval (HPA) is required from the Washington Department of Fish and Wildlife. All conditions of the HPA shall also be considered conditions of this shoreline exemption. 13. Approval from the US Army Corps of Engineers may be required for the work below the Ordinary High Water Mark. Any conditions of Corps approval are considered to be conditions of this shoreline exemption. 14. This shoreline exemption is valid for one year from the date of issuance. 15. This project shall be constructed in a manner consistent with the King County Shoreline Master Program and regulations, and shall result in no net loss of shoreline ecological functions and processes. 1 . If at any time local, state or federal approvals are suspended or revoked, all authorization pursuant to this shoreline exemption shall be immediately terminated. City of Kent RE: GRDE13-0018, Downey Farm Restoration Project on the Green River February 21, 2017 Page 4 Please note that this exemption does not preclude you from complying with other applicable federal, state and local regulations and permitting requirements. For more information, call Steve Bottheim, Environmental Scientist-Geologist, at (206) 477-0372 or send email to steve.bottheimCr�kinacounty.gov .. c. Randy Sandin Manager, Resource Section cc: Laura Casey, KC DPER Environmental Scientist_ Ecologist Washington State Department of Ecology Washington State Department of Fish and Wildlife Snoqualmie Indian Tribe Tulalip Indian Tribe Puyallup Indian Tribe Muckleshoot Indian Tribe Department of Permitting La and Environmental Review 35030 SE Douglas St Ste,,210 KinIgCoVray Snoqualmie,WA 98065-9266 206-296-6600 'ITY Relay 711 CLEARING AND GRADING Permit type,Subtype: Grade,Grading Permit Number: GRDE13-0018 Title: DOWNEY FARMSTEAD RESTORATION Date Issued: 05/24/2018 Description: CREATE OFF-CHANNEL REARING AND REFUGE Expiration Date: 5/24/2019 HABITAT FOR USE IN WINTER AND SPRING Permit Status: Permit Issued MONTHS BY JUVENILE SALMONIDS THAT INHABIT THE GREEN RIVER(PRF,Al2-0269) List of Parcels: 2322049020,2322049028,2322049029,2322049049 Site Address: WA Valuation: $0.00 Applicant Name: CITY OF KENT Owner Name: City Of Kent Applicant Address: 400 W GOWE ST STE 200 KENT,WA Owner Address: Wa 98032-5895 Please refer to the above project number when making inquiries regarding this application. For Permit information, or requests for inspections,calf your Grading/Clearing Inspector at 1-888-546-7728. CERTIFICATION . I certify under penalty of perjury under the laws of the State of Washington that the information furnished by the owner or owner's agent in support of this application is true and correct. I further certify that all applicable King County requirements for the work authorized by this permit,if issued,will be met and that violation thereof will be cause for code enforcement action. I have read the attached conditions of approval and understand that failure to comply with all conditions set forth herein shall necessitate an immediate work stoppage until such time as compliance with the stipulated conditions is attained. Failure to comply or repeated violations of permit conditions may result on enforcement actions, civil penalties as authorized under K.C.C. Title 23, and/or permit suspension or revocation. The granting of this permit shall not be construed as satisfying the requirements of other applicable Federal, State or Local government permits or regulations. The operation and maintenance of facilities authorized under this permit shall be conducted in accordance with the conditions contained herein and shall generally comply with all provisions of K.C,C. 16.28 and other applicable County Codes. Owner/Applicant Signature Title Date sat-all-0026 printed: 5/24/2018 Page 1 of 2 Permit: GRDE13-0018 KlngCourq Department of Permitting and Environmental Review 35030 SE Douglas St,Ste 210 Snoqualmie,WA 98065-9266 206-296-6600 TrY Relay 711 INSPECTION REPORT CARD Record Card must be on the job site EROSION CONTROL DEVICES SHALL BE IN PLACE PRIOR TO AND DURING CONSTRUCTION APPROVALS: I. Preconstruction Conference By: 2. Erosion Control(installed and functioning) By: 3. Limits of Clearing per Approved Plans By: 4. Construction Entrance installed per Plans By: 5. Site Stabilization and Soil Amendments Installed By: 6. Critcal Area Mitigation Installation By: 7. Final-Site Re-vegetated and all Facilities Functioning per Plan By: 8. Critcal Area Monitoring-Final By: 9. Other By: 10,Other By: Notes: ALL PERMITS: a) Responsibility for the building's compliance with the provisions of the applicable King County Codes and for maintenance of the building rests exclusively with the permit applicants and their agents and the property owners. b) King County inspection of the building and real property are spot checks designed to foster and encourage compliance with the applicable codes. Neither the approvals above nor the issuance of a Certificate of Occupancy guarantees or assures compliance with all applicable codes. aaf-ail-0026 printed: 5/24t2018 Page 2 of 2 Department of Permitting and Environmental Review 35030 SE,Douglas St.,Ste.210 Snoqualmie,WA 98065-9266 King #No- Unt 206-296-6600 TTY Relay:711 "'o Y Permit Conditions Applicant: CITY OF KENT Application Number: GRDE13-0018 400 W GOWE ST STE 200 Application Date: 02/22/2013 KENT,WA 98032-5895 The Permit Conditions attached to this cover sheet apply to the permit referenced herein.These conditions must be complied with by the applicant and verified by DPER staff or this permit may become null and void. Site Address/Location: WA Parcel Number:2322049049 Permit Type: SiteDevCA/Grade/Grading/NA Title: DOWNEY FARMSTEAD RESTORATION Description: CREATE OFF-CHANNEL REARING AND REFUGE HABITAT FOR USE IN WINTER AND SPRING MONTHS BY JUVENILE SALMONIDS THAT INHABIT THE GREEN RIVER (PREA.12-0269) Valuation: $0.00 Reviewed By: General Conditions: Joe Barto.,(206)477-0374,Joe.Barto@yking.county.gov General Conditions: Steve Bottheim,(206)477-0372,Steve.Bottheinl kir)gcounty.gov Planting: Joe Barto,(206)477-0374,Joe.Barto cy)kingcounty.gov Shoreline: Steve Bottheim,(206)477-0372,SteN,e.11ottliciiiifi�,,kinge(itilit)°.gov Site: Steve Bottheim,(206)477-0372, Steve-Bottlicini(crkitigcoLint-,,,.gov Site Development: Steve Bottheim,(206)477-0372,Steve.13outiei nvikingcoutity gov Site Development: Joe Barto,(206)477-0374,Joc.Barto,c)kingcounty.gov AAF-ALL-0022 v 1.1 Pi inzed On:5.24 2018 Page 1 of 6 Perinit Number:GRDE13-0018 Permit Conditions Clearing and Grading General Conditions 1) G-01 At least 48 hours prior to the start of any work, call the Site Development Inspector to atTange a pre-construction conference meeting. Please be advised this permit shall not be effective until Notice to Proceed has been issued pursuant to this meeting. If required,Notice of Construction Activity signs shall be in place prior to the pre-construction meeting. 2) G-03 Permit shall provide the name of a responsible person or agent who can be contacted 24 hours a day. 3) G-11 If the contractor chooses to dispose of excess excavated material on sites where less than 100 cubic yards and 3-feet of fill will be placed,the contractor shall provide documentation that these sites have been inspected by a consultant capable of identifying critical areas as defined by King County Code. The report shall include date of inspection,name of consultant and company,an assessor's map of the parcel,the name,address and phone number of the property owner,and the location of the fill placed on the property. No fill shall be placed in critical areas or their buffers on these sites. 4) G-12 Haul truck warning signs shall be installed prior to any hauling from the site. Signs shall conform to the Manual on Uniform Traffic Control(MUTC). 5) G-15 Peiinittee must call 1-800-424-5555 not less than 48 hours before beginning excavation where any underground utilities may be located. Failure to do so could mean bearing substantial repair costs (up to three times the cost of repairs to the service). 6) G-16 A National Pollution Discharge Elimination(NPDES)Permit may be required from the Washington State Department of Ecology for clearing and grading activities associated with this permit. Contact WD4E at(425)649-7000 for information. 7) G-19 This property is within or near designated agricultural lands, forest lands or mineral resource lands on which a variety of commercial activities may occur that are not compatible with residential development for certain periods of limited duration. This notice is required by KCC 20.20 (ordinance 12273)an RCW 36.70A.060. 8) G-23 All site preparation work shall be completed in accordance with the soils report submitted with this application. 9) G-35 Permittee shall provide a traffic control plan in conformance with the Manual on Uniform Traffic - Control(MUTC). AAF-ALL-0022 vt.l Printed On:5/24/2018 Pt;ge 2 fJ 6 Permit Number:GRDE13-0018 10) G-38 Permittee shall comply with the conditions of the State of Washington Hydraulic Project Approval (HPA)II 11) G-01 At least 48 hours prior to the start of any work,call the Site Development Inspector to arrange a pre-construction conference meeting. Please be advised this permit shall not be effective until Notice to Proceed has been issued pursuant to this meeting. If required,Notice of Construction Activity signs shall be in place prior to the pre-construction meeting. 12) G-04 Work shall be limited to that shown on the approved plans stamped and dated 5/16/18 by Joe Barto of King County DPER. A copy of the approved plans,conditions and permit must be on the job site whenever work is in progress. 13) G-05 The following conditions require additional approvals before either work can begin or the project can receive final inspection approval: 1.The relocation clearing for the overhead utility on parcel#23220490465 requires property owner authorization using either the legal document from the City of Kent or King County's Applicant Status Form. 2 Prior to Frager Road Right of way vacation,the new right of way must be dedicated and functional. The project inspector,Joe Barto,will be your point of contact to work through the road dedication process. Critical Areas Planting I) PLANT-1 Project restoration planting must be installed per the approved plans(Sheets PI-P4)during first dormant period following project construction. Contact DPER staff for installation inspection. 2) PLANT-3 Maintenance and monitoring of the restoration plantings is required for a period of three years. Annual monitoring reports shall be provided to King County by December 31. The project shall meet the following performance standards: *80%of planted specimens will be surviving at the end of three years. *Tree and shrub cover will be greater than 10%after one year,greater than 20%after two years,and greater than 35%after three years.Non-invasive native volunteer species can be included in the overall percent cover. *Non-native invasive plants will not make up more than 10%cover in any growing season. 3) Species Replacement Replace Shore Pine in upland plantings with Douglas Fir or other upland native conifer species., AAF-ALL-0022 v 1,1 Printed On:512412018 Page 3 of 6 Permit Number:GRDE13-0018 Shoreline 4) Exemption All conditions of GRDE13-0018 Shoreline Exemption Letter shall be considered conditions of this grading permit. *The project shall comply with King County's Flood Hazard Code provisions. Any Flood Hazard Conditions resulting from review associated with the clearing and grading permit shall be considered conditions of this shoreline exemption. *The project shall be constructed and operate in conformance with the King County Surface Design Manual and KCC Title 9. *Project shall employ Best Management Practices for temporary erosion and sediment control to minimize turbidity and siltation as shown and described on the plans,and found in the King County Surface Water Design Manual. * This project has been reviewed under the State Environmental Policy Act(SEPA)by the City of Kent as lead agency.A Determination of Nonsignificance(DNS)was issued on December 13, 2013. *Extreme care shall be taken to ensure that no petroleum products,hydraulic fluid,or any other toxic or deleterious materials are allowed to enter or leach into surface waters. The permittee' shall report all spills immediately to the Washington Department of Ecology(425-649-7000). *All equipment that is used for in-water work shall be cleaned to remove external oil,grease, dirt and mud prior to placing the equipment in the water. Accumulation of soils or debris shall be removed from the vehicle prior to working below the ordinary high water line. Wash sites shall be placed so that wash water does not flow into the Rivers without adequate treatment. *Best Management Practices for piling removal shall be employed to control turbidity and sediments from re-entering the water column.during pile removal,debris capture,and for debris disposal including but not limited to the following: • Pilings,sediment,construction residue and debris shall be disposed of at a facility that complies with federal and state regulations. • A floating surface boom shall be installed as necessary to capture floating surface debris produced during piling installation. Contained debris shall be collected and placed in containment basins or as otherwise approved. *All project-related debris or deleterious material shall be removed from the shoreline environment and recycled or disposed of at an upland landfill. *Construction materials shall not be staged or stockpiled below the ordinary high water line. *A Hydraulic Project Approval(HPA)is required from the Washington Department of Fish and Wildlife. All conditions of the HPA shall also be considered conditions of this shoreline exemption. *Approval from the US Army Corps of Engineers may be required for the work below the Ordinary High Water Mark. Any conditions of Corps approval are considered to be conditions of this shoreline exemption. * This shoreline exemption is valid for one year from the date of the last agency approval to construct the project. * This project shall be constructed in a manner consistent with the King County Shoreline Master Program and regulations,and shall result in no net loss of shoreline ecological functions and processes. *If at any time local,state or federal approvals are suspended or revoked,all authorization pursuant to this shoreline exemption shall be immediately terminated. AAF-ALL.0022 v I t Printed On:5/24/2018 Page 4 of 5 Permit Nu[nber:GRDE13-0018 EuLlincerint Site 1) Clearing-Limits Clearing limits must not exceed those approved,reference the attached plan. 2) Clearing-Limits Flagged The clearing limits shall be flagged and verified prior to clearing the site. 3) Erosion Controls-Temporary Erosion and Sediment Controls There shall be temporary erosion and sediment controls in place during construction. 4) Erosion Controll-Final Stabillization Final stabilization of the site must be completed prior to occupancy being granted. 5) Flood-FEMA An approved Flood Certificate is required prior starting any grading activity.Preliminary clearing and grubbing may proceed in advance of the approved flood certification. 6) Traffic Control Plan An approved Traffic Control Plan must be obtained from KCDOT prior to any road closures, 7) Special Requirements-Pre Construction Conference A pre-construction conference is required. Site Development Site,Development 1) Daily ESC inspections Permittee shall inspect the TEISCP facilities at the end of each working day to assure himself that they are in good condition. If TE/SCP facilities require repair or maintenance,it shall be performed prior to the end of the working day. All disturbed areas shall be promptly and thoroughly stabilized against erosion during periods of wet weather when work is not being performed at the site. 2) Dust Dust,dirt,and fly ash or airborne solids from any source shall not be emitted in quantities as to adversely affect adjacent property. (KCC 21A.22.070) 3) Dust Control During hauling operations,permittee shall provide effective dust control measures consisting of water,asphalt treated base,chemical dust palliatives,or equivalent measures to control dust from this operation(KCC 2 1 A.22.070.C). 4) ESC Specialist The permittee shall provide daily inspection by an erosion control specialist of the adequacy and maintenance needs of all erosion control measures. In addition,any area needing erosion control shall be immediately addressed. Daily inspection reports shall be submitted to King County DDES AAF-ALL-0022 v1„1 Priated On:5/24/2018 Page 5 of6 Permit Nuinber:GRDE13-0018 bi-weekly. 5) Inactive Sites and ESC The ESC facilities on inactive sites shall be inspected and maintained a minimum of once a month or within the 48 hours following a storm event. 6) Hours of Operation Permittee shall comply with the Hours of Operation as set forth in K.C.C. 12.86: For heavy equipment used on construction sites,including crawlers,tractors,bulldozers,rotary drills and augers,loaders,power shovels,cranes,derricks,graders,off-highway trucks,ditchers,trenchers, compactors,compressors and other similar equipment,operating hours are between 7:00 a.m.and 7:00 p.m. weekdays and between 9:00 a.m.and 7:00 p.m.weekends; For impact types of construction equipment,including pavement breakers,pile drivers,jackhammers, sandblasting tools or other types of equipment or devised that create impulse noise or impact noise, operating hours are between 8:00 a.m.and 5:00 p.m.on weekdays and 9:00 a.m.and 5:00 p.m.on weekends;and For all other construction activities,operating hours are between 7:00 a.m. and 10.00 p.111.on weekdays and between 9:00 a.m.and 8:00 p.m.on weekends. This condition does not apply to sound created by mineral extraction or materials processing operations,which are governed by K.C.C. chapter 21A.22. AAF-ALL:0022 v1.1 Printed oit:5124/2019 Page 6 of'6 CONTAM I NATED SO 1 L MEMO AND MAP Downey Farmstead Restoration/Knox A - 6 April 16, 2019 Project Number: 08-3017 wood. Wood Environment 8t Infrastructure Solutions,Inc. 600 University Street,Suite 600 Seattle,Washington 98101 USA T:206-342-1760 www.woodpic.com Memo Sent via e-mail: MDahl@kentwa.gov To: Ms. Melissa Dahl Project: PS19202330.00001 City of Kent From: Crystal Thimsen c: Matt Knox, City of Kent Tel: 206-342-1760 Chelsea Foster,Wood Fax: 206-342-1761 Project File Date: April 11, 2019 Subject: Soil Characterization for Downey Farmstead Restoration Frager Road South Kent,Washington This summary report has been prepared by Wood Environment&Infrastructure Solutions,Inc., (Wood)for the City of Kent(City),to summarize the work conducted in the Downey Farmstead Restoration area(site) in between Frager Road and Green River on March 26, 2019 (Figure 1).Work consisted of soil sampling from a total of nine locations (Figure 2). The purpose of the soil sampling and analysis was to characterize soil where concentrations of arsenic were elevated during a 2014 sampling event, prior to ecological restoration efforts planned by the City. Soil sampling A geologist from Wood met a City representative on site on the day of sampling, March 26, 2019.The 2014 sample location was located using GPS coordinates, and two samples were collected, at depths from 0 to 6 inches and 6 to 12 inches below ground surface(bgs).Additional samples were collected from the same depths 2 and 4 feet to the north, south, east, and west of the original sample, according to our Work Plan for Soil Sample Collection dated March 25, 2019. Sample locations are shown on Figure 2. Soil samples were collected with a shovel and trowel,which were decontaminated with Alconox and distilled water prior to first use and between each sample location. Soil was placed in a stainless-steel bowl, homogenized, and placed in a 4-ounce clear glass jar, and given a unique sample identification, date, and time.The samples were then placed on ice in a cooler to preserve contents until they reached the lab. Additional soil not placed in the samplejar was stored in a bucket and after sample collection from each individual location was complete, the soil was returned to the hole and tamped down to match the level of ground around the hole. After the samples were collected, wooden stakes were hammered into the ground at each sampling location and labelled with the sample identification, geologist's name, and date. These may be used when returning to the site to identify clean or contaminated portions of soil. The soil generally consisted of damp, medium-dense, brown, organic rich, silty clay with abundant,sub rounded gravel and cobbles. Some small portions to the west, at depths greater than 8 inches bgs,were observed with orange clay mixed into the soil. 'Wood'is a trading name for John wood Group PLC and its subsidiaries Summary Report April 11, 2019 Page 2 of 2 The samples were delivered under standard chain of custody procedures to the analytical laboratory, Friedman & Bruya,Inc., located in Seattle, Washington. Samples were analyzed for arsenic by United States Environmental Protection Agency Method 6020B.The laboratory was instructed to analyze the samples collected from 6 to 12 inches bgs only if the corresponding sample from 0 to 6 inches bgs exceeded 20 milligrams per kilogram.The laboratory data package is attached, and the results are summarized in Table 1. Analytical results Sail concentrations were compared against the Model Toxics Control Act Method A soil cleanup levels for unrestricted land use of 20 milligrams per kilogram.As shown in Table 1 and Figure 2, arsenic concentrations in the shallow samples exceeded the cleanup level in the original sample location (DF-SS-1)as well as the shallow samples(collected from 0 to 6 inches bgs) to the north (DF-SS-3 and DF-SS-5),west (DF-SS-7 and DF-SS-9), and south (DF-SS-11). Deeper samples(collected from 6 to 12 inches bgs) exceeded the cleanup level to the north (DF-SS-4) and west(DF-SS-10) of the original sample. The deeper sample collected from the original location did not exceed the cleanup level. Conclusions and recommendations Arsenic concentrations in soils up to 12 inches bgs exceed the Model Toxics Control Act A cleanup level at the former sampling location,as well as to the north and west of the original sample location.The arsenic concentrations generally decrease to the north and west of sample DF-SS-1. The soil from this location can be removed during road relocation activities, placed in drums,and disposed of by a waste disposal contractor. Figure 3 shows the approximate limits of the contaminated soil.Once soil removal activities have been completed, Wood personnel will collect confirmation samples to ensure the contaminated soil has been removed. Attachments: Figure 1—Site Location Map Figure 2—Soil Sampling Locations Figure 3—Approximate Area of Contaminated Soil Table 1 -Soil Analytical Results for Arsenic Attachment A—Laboratory Report CT/CF:al \\sea-fsl\Word Proc\_Projects\20000s\20233 City of Kent\REPORTS\-002\Summary Report.docx wood. Figures h 5 LQ9ATION OF S P IV jp �.•1. At R a x U rf 2. 0 EXPLANATIO N 3 SITE PARCEL BOUNDARY CL PARCELBOUNDARY a m 0 250 500 g APPROXIMATE SCALE IN FEET * CLIENT PROJECT Downey Farmstead DATE EC� x CITY OF KENT Restoration Projects SCALE 04/03/19 Kent, Washington AS SHOWN o U Wood Environment & wood. TITLE PROJECT NO Infrastructure Solutions, Inc. PS192023300001"" a SITE LOCATION a 600 University Street,Suite 600 FIGURE 1 o Seattle,Washington 98181 a : § C4 \ a ( % \q o )/ } E ° )\ } . § \ } \ I j 0 { ° § ; G § \ \ ) ) ( § ) < E 0. ao � � § Q §!£ E=22 S 0ƒ7\ z - ®. LLI 0 2!; /$;* § § § a ) ) ) ` ! . . 3 < - � | P � = s N U N O d C LL o O J ° ZO 0 0) w cn x w� wa z a - z E N c < ra Z o mY 0z u IrO W i Y T 0 0 x x w w o w e d U ww W a 3 a (7 N n WO O N N Q p W W f f Z x LD w� Y N t9 w x Z p • a 3 -o c N m N O_ z m uj E.7N Y r O d- o w v� U >>o Y m 7 N oo • "+ M. C I � t p wa y � �Q X O O p L �� o o � a r d a 3 0 0 O z Z N y It 1 Z X ° Q W F 0 Q Z F z 92 O W w o J U a a � g 1 TABLE 1: SOIL ANALYTICAL RESULTS FOR ARSENIC Downey Farmstead Restoration, Kent,Washington March 26, 2019 Results reported in milligrams per kilogram(mg/kg) r-. Sample Description .• TCA:Mefh'od A�te0ttnq Leal 20 DF-SS-1 0-6 35.0 DF-SS-2 original location 6-12 16.1 DF-SS-3 2 feet north of original location 0-6 158 DF-SS-4 6-12 45.0 DF-SS-5 4 feet north of original location 0-'6 22.4 DF-SS-6 6-12 15.8 DF-SS-7 2 feet west of original location 0-6 47.3 DF-SS-8 6-12 18.7 DF-SS-9 0-6 38.3 4 feet west of original location DF-SS-10 6-12 26.6 DF-SS-11 0-6 31.8 2 feet south of original location DF-SS-12 6-12 12.2 DF-SS-13 4 feet south of original location 0-6 19.2 DF-SS-14 6-12 NA DF-SS•15 _ 0-6 14.7 2 feet east of original location 6-12 NA DF-SS-16 D F-SS-17_ 0-6 11.3 DF-SS-18 4 feet east of original location 6-12 NA Notes: 1.Bold values exceed the MTCA Method A Cleanup Level Abbreviations: bgs= below ground surface mg,/kg = milligrams per kilogram MTCA= Model Toxics Control Act NA = Not analyzed due to sample holding protocol Wood Environment&Infrastructure Solutions,Inc. \\sea-fsl\Word Proc\-Projects\20000s\202 3 3 City of Kent\REPORTSL002\Table 1-Soil Analysis Results Page 1 of 1 wood. Attachment A DRAFT Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-1-0-6190326 Client: Wood Environment & infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-01 Date Analyzed: 03/27/19 18:21:00 Data File: 903485-01.108 Matrix: Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 35.0 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-2-6-12190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-02 Date Analyzed: 03/27/19 18:25:42 Data File: 903485-02.109 Matrix: Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 16.1 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-3-0-6190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-03 Date Analyzed: 03/27/19 18:30:23 Data File: 903485-03.1 tO Matrix: Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration AnalyLe: mg/kg (ppm) Dry Weight Arsenic 158 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-4-6-12190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-04 Date Analyzed: 03/27/19 18:35:05 Data File: 903485-04,111 Matrix: Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 45.0 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-5-0-6190326 Client: Wood Environment & Infrastructure Solutions Date Deceived: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-05 Date Analyzed 03/27/19 18:39:47 Data File: 903485-05.112 Matrix: Soil Instrument: ICPMS2 units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 22.4 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-6-6-12190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-06 Date Analyzed: 03/27/19 18:53:50 Data File: 903485-06.115 Matrix: Soil Instrument: ICPMS2 Units: mglkg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 15.8 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-7-0-6190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-07 Date Analyzed: 03/27/19 18:58:32 Data File: 903485-07.116 Matrix: Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 47.3 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-8-6-12190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted-, 03/27/19 Lab ID: 903485-08 Date Analyzed: 03/27/19 19:03:14 Data File: 903485-08.117 Matrix: Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 18.7 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-9-0-6190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-09 Date Analyzed: 03/27/19 19:07:57 Data File: 903485-09.118 Matrix- Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte.- mg/kg (ppm) Dry Weight Arsenic 38.3 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-10-6-12190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-10 Date Analyzed: 03/27/19 19:12:39 Data File: 903485-10.119 Matrix: Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 26.6 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-1 1-0-6190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-11 Date Analyzed: 03/27/19 19:17:21 Data File: 903485-11.120 Matrix- Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 31.8 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-12-6-12190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-12 Date Analyzed: 03/27/19 19:22:03 Data File: 903485-12.121 Matrix: Soil Instrument: ICPMS2 Urjits: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 12.2 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-1 3-0-6 1 90326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-13 Date Analyzed: 03/27/19 19:26:45 Data Idle: 903485-13.122 Matrix: Soil Instrument: ICPMS2 Units: mg/kg (PPm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 19.2 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-15-0-6190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-15 Date Analyzed: 03/27/19 19:45:30 Data File: 903485-15.126 Matrix: Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SID Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 14.7 Analysis For Total Metals By EPA Method 6020B Client ID: DF-SS-17-0-6190326 Client: Wood Environment & Infrastructure Solutions Date Received: 03/26/19 Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: 903485-17 Date Analyzed: 03/27/19 19:54:55 Data File: 903485-17.128 Matrix: Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic 11.3 Analysis For Total Metals By EPA Method 6020B Client ID: Method Blank Client: Wood Environment & Infrastructure Solutions Date Received: NA Project: Downey Farmstead Soil Sampling Date Extracted: 03/27/19 Lab ID: I9-204 mb Date Analyzed: 03/27/19 12:13:40 Data File: I9-204 mb.037 Matrix: Soil Instrument: ICPMS2 Units: mg/kg (ppm) Dry Weight Operator: SP Concentration Analyte: mg/kg (ppm) Dry Weight Arsenic <1 z � M 0 � E- 9 FUS QOL98 SH d O w 0 QOL98 Aq SDOAS QIH-Hd�L z w v Ao c vi � w L P4 ci k o COO _ t D 1l V'1 to cc a C� w M 3 ` *� "I bjD ri ( � O ct El a E- 1 Kil w was(lun SHWI QOLG'S Xq s;DOAS f DOSZB :q sDOA SIg08 Sq XH La Iasala-Hdl QIDH`Hdl w r [ E a pq 0 ♦ �. � ��� .new FS cd _ e tl1 Vat1 r4 C.) r t3 ` TRAFF I C CONTROL PLANS Downey Farmstead Restoration/Knox A - 7 April 16, 2019 Project Number: 08-3017 O W < > o a °o ammo u Q' s y N Washington ., O '3 c U -Washington AveN WVaney nwy N. ui p - °u w u,o -x°1we i °_ orzoi� lb LL� LL �...- iom W nv+w°�a m mw o moii?= 3 WaNaa z JwyLL�o= :o N'a•=NN in aoiam �o _°-°i zF°i z�rc jwz `u LL .64th Ave S O < u m q° w� °v �y LL r <<tfx>w q>°.i�iQa'u�0ar�po O W ayi K�OZowWvaN gp0��t w� wwwaHw� aw LL ~ u�ur au�` o oz"waow<w �a�z"'� Frager Rd S - 0 Z _ Frager Rd S 0 D 0 s Z as W LU Q sy fA a VPa Pa U Pa � d S Z .`9ma U Qa5 e5 'o F�a9a�R / N U o 1 � �a AS Y �Y J W y z Z N o � Y _ O mUW co m o Q da ¢rF 0 Lu L L 0U] y i O NW Omz : -U to Li \ j LLLU L uj 77� Nt G T W CO u Z NTo Cc Vd aO a W y 206 Q dNy U tL N0 J R' dfV 0 LL ¢ L �N N LL7 F i \ 'a W _ N rm 1 rc i }e CO° m �°� M oNs'3i.sB �Mo o m y LL. 'D y Q 0 .2 0 0 C �77 d cL.t w YU � u $Cc ¢C/) Y �S P2!Ja6e,3 'a z c9 a w 0 m 0 m CD '�° 0 T yj N CL � a III oU) aW �NEa � 0�aco�eo c� c (D; . to a Y �z m0 � m¢ o � z UZc off' 0Q ,aV y� tn� W N $ZW m>Y N3 LL ZE � $�^0.q.m$e f- o o—�I�o--I E^ �,_ ILL "U.. u7 m E r ri r�i 6. v+ d o LL c wOOo. O m Qom o d ��, WNe9+ rmg: rmm O ��o >> n c omowl °0a= ° o El LLJ o /L� z r.-o rr F m n O F@ o IN �L o HU W o v=� Lf �2-2 E (D o U U o U) c3 % 00 c d ID of w ¢o c o -o g o 3 3c � Z E mmm � $ 8 C2— N �- N U C 0 0 0 ¢N N y y U m Ol (o CD ID d C <y� U T v � x x % ado = gg E 2 J - o c`o c > m o o rn m (D m v c Q Z 16 `W DL @ l6 7 U ¢ L U O � O o O U N m ¢ N G B j CO m moo o om o n m mm S �3s W u r� = M m o E U E — — — N I I Hil J Y C N N N T T j. Ul f° N l0 N N N A Q U) mmmotYcim9 u D yaj y{ w 6 E ❑ O y LL ?W m .Ow Q O LL.a U_ O Uaz Nz 00 2 z N CI) Washington Ave U O H f R W Q -0 Z > <O OfW y Z Z f K O fp a= 71 Q N m m Y F N 1 Z U O) � LLaQ ❑ O WM W 3 d m V (x 'x OZS z } W W Qm O ♦♦W� v g m m Uao ur 3w ❑? w� p V V Z W W ❑ .aU n❑ W JfA Q�Q - ---2 26 Z aN f A/ satM1 Ave 5 J (n O L W -O -O V~O Q N F> O W j m Z ILL CO 0 J j O U ❑ QLLY W NF- W J� N O O O a a ❑7" W y m0a'li IL x mo0 . 0 0 0N _O m m HW O W Qr oniU U4) U.p~ SC -00 w NE WW LLLL _ 0z Hf ap2 O U u U pZ Fra x x x x x x x x x Oy.UU W F�a]g,W�Jy,U aiY w LL N 9er Rd S t0 O N N N a- Z K O U) C O m W 2 y Z 1 N H22❑Om� a W W N J>On� p>Vluy�❑ U3LL in �C/ U JUUay W f W W QI- W L66 -o U V -6 00 a!w 0 030 U Sym U ZO w C9 d.f O 2 J W W- W� ZZW z W O a m > c zg2WKS UlKwmv jQ WKQ N d. I- CDW - > m m aJia�^Zw>�xom ia❑ o u55e�R_ I I J d mUmZ�aY".�WapQ Jia R d o a o. WZOL)QpO._:=p>iFf a` �a 2Ja ZL. x�w W >. r� Oa)Jz Y W❑ U>y N Z Na 2 ZLL zzQ—O:Sz MZ5 N2f-OQ O '. � JO' YI-O H f fp W,z1 QUO W Vl~ Y („) Q-a �N�'QTi1"' Zh-Vl2fn;>rGZ,W '. p9 W J f W❑W Y O O J a J>W❑ z F J 0 > 5 p m Z J OJ,W Om a.J2J > a O �a CC\ 0 wQzQp QO Na.000 mo�OZ NF�a9eO ecOoe 0 p��a6eJ p�ni oiC 03 vi son aeoiO^^QO_ J O E U r/� L _• LL IJJ W O of a 0 >, a 'n N C T rc d y LIJ L y 0 2W ZLU � N V A u a 0 \ 0 � a u ia " tY � Ada m Q W � U 6L.N a J � 1 N O p -YD Ot S Q „rt LL Q ar tuJp�,<Oa�l/� KJ cn � H o W �� 3 O i a i m Eu N li 4- Gf N Cj LL U) a s Oc �p.0 wCO pp{ I � 0 c ao Mf,� J YUc �OOc oN l� /�� tY-C 3 a,v'�'; N V O m 0 ) Washington Ave N W Valley Hwy N_ 0. d c-a Ta O C(DLOT fft� Li 0 F M_/ 72 CD wNcfof - V �> t� �. S SaF UZ z it >Y W ��- m0 �64th Le S $ r'a Q, $g a) 0�m 0 UL co L - O E U > vC//) J Q♦ra v m CO 1 -O p�:Z I1 Lfn � Q Z Prager R Fra � d S K N �ty,W � m � ` (7 gin n -Ma- mo IA Ov $ $UJ IA n a�n� I!! J Q rn jai,^ �=.O •V �w-w V 2 in m nl ��Ud -v Z E a) aft o m Q R 8 $ aka 0 ro N N CL y N m C Li2 m o o Q Z W D Z F— O Q e5 vdi w $ gi co = < coo 9 11: LU W ° PREVA I L I NG WAGE RATES Downey Farmstead Restoration/Knox A - 8 April 16, 2019 Project Number: 08-3017 Page 1 of 15 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 04/30/2019 coupty Trade Job Classification Wane Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1H King Boilermakers Journey Level $66.54 5N 1 C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M King Building Service Employees Janitor $24.63 5S 2F King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Makers In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C King Carpenters Carpenter $60.04 5D 4C King Carpenters Carpenters on Stationary Tools $60.17 5D 4C King Carpenters Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C King Carpenters Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 4U King Divers Er Tenders Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) King Divers & Tenders Dive Supervisor/Master $76.33 5D 4C King Divers Et Tenders Diver $113.60 5D 4C 8V King Divers Et Tenders Diver On Standby $71.33 5D 4C King Divers Et Tenders Diver Tender $64.71 5D 4C King Divers Et Tenders Manifold Operator $64.71 5D 4C King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C King Dred e Workers Assistant Engineer $56.44 5D 3F King Dred e Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dred e Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F httos://fortress.wa.(inv/lni/wAnpinnkiin/nrvWanPlnnkrrn acnx 4/1 q/,)ni4 Page 2 of 15 King Drywall Applicator� lJourney Level 1 $58.481 5D 1H Ki ng 2m��� Journey Level $59.32 5P 1E King Electrical Fixture Maintenance nce-Journey Level - $30.59 5L- L 1E Workers King Electricians - Inside Cable Splicer _$81.32 7C 4E King Electricians - Inside Cable Splicer (tunnel) $87.37 7C 4E King - Electricians - Inside Certified Welder $78.55 7C _4E King -Electricians - Inside Certified Welder (tunnel) $84.34 X 4E King Electricians - Inside Construction Stock Person $41.49 7C 4E King Electricians - Inside Journey Level $75.80 7C 4E King Electricians - Inside Journey Level (tunnel) $81.32 7C 4E King Electricians - Motor Shop Journey Level $45.08 5A 1B King Electricians - Powerline Cable Splicer $79.10 5A 4D Construction King Electricians - Powerline Certified Line Welder $72.98 5A 4D Construction King Electricians - Powerline Groundperson $47.94 5A 4D Construction. King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D Construction ----------- King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D Construction I King Electricians - Powerline Line Equipment Operator $62.06 5A Q Construction King Electricians - Powerline Meter Installer $47.94 5A 4D 8W Construction King Electricians - Powerline Pole Sprayer $72.98 5A 4D Construction I King Electricians - Powerline Powderperson $54.55 5A 4D Construction King Electronic Technicians Journey Level $50.57 7E 1 E King Elevator Constructors Mechanic $94.22 7D 4A King Elevator Constructors Mechanic In Charge $101.73 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $18.25 5B 1 R Products Only King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 King n1ggers Journey Level $41.45 7A 31 King Glaziers Journey Level $64.56 7L ly King Heat Et Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $82.51 7F 1E King Hod Carriers Et Mason Tenders Journey Level $50.42 7A I I King Industrial Power Vacuum Cleaner Journey Level $12.00 1 King Inland Boatmen Boat Operator $61.41 5B 1K King Inland Boatmen Cook $56.48 5B 1K King Inland Boatmen Deckhand $57.48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 5B 1K King Inland Boatmen Launch Operator $58.89 5B 1K King Inland Boatmen Mate $57.31 5B 1K King Inspection/C[Le�anjeO Cleaner Operator, Foamer Operator $31.49 1 Sewer & Water Systems By Remote Control httn(z-//fori-rP-_c %A/A rir-,\//Ini/XA/Anpir-ir)L-iin/nr\/\A/Anpir)r)L-iin ;;r-n\., 411 E;/?()l Q Page 3 of 15 ;King Inspection/Cleaning;/SealinpOf Grout Truck Operator $12.00 1 Sewer Et Water Svstems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealin..�Of Technician $19.33 1 Sewer Et Water S stems B Remote Control King Inspection/Cleaning/Sealing, Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $60.04 5D 4C King Ironworkers Journeyman $70.68 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $48.90 7A 31 King Laborers Airtrac Drill Operator $50.42 7A 31 l King Laborers Ballast Regular Machine $48.90 7A 31 King Laborers Batch Weighman $41.45 7A 31 King Laborers Brick Pavers $48.90 7A 31 King Laborers Brush Cutter $48.90 7A 31 King Laborers Brush Hog Feeder $48.90 7A 31 King Laborers Burner $48.90 7A 31 King Laborers Caisson Worker $50.42 7A 31 King Laborers Carpenter Tender $48.90 7A 31 King Laborers Caulker $48.90 7A 31 King Laborers Cement Dumper-paving $49.81 7A 31 King Laborers Cement Finisher Tender $48.90 7A 31 King Laborers Change House Or Dry Shack $48.90 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 King Laborers Choker Setter $48.90 7A 31 King Laborers Chuck Tender $48.90 7A 31 King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 King Laborers Concrete Dumper/chute Operator $49.81 7A 31 King Laborers Concrete Form Stripper $48.90 7A 31 King Laborers Concrete Placement Crew $49.81 7A 31 King Laborers Concrete Saw Operator/core Driller $49.81 7A 31 King Laborers Crusher Feeder $41.45 7A 31 King Laborers Curing Laborer $48.90 7A 31 King Laborers Demolition: Wrecking Et Moving $48.90 7A 31 (incl. Charred Material) King Laborers Ditch Digger $48.90 7A 31 King Laborers Diver $50.42 7A 31 King Laborers Drill Operator (hydraulic,diamond) $49.81 7A 31 King Laborers Dry Stack Watts $48.90 7A 31 King Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Fatter Et Bucker Chain Saw $49.81 7A 31 King Laborers Fine Graders $48.90 7A 31 King Laborers Firewatch $41.45 7A 31 httnc• //fnrtrocc XAra rnnv/InihAin olnnI/iin/nr%AA/=inolr�nlziin n� n /1C/7nIn Page 4 of 15 King Laborers lForm Setter $48.90 ZA 31 King - Laborers Gabian Basket Builders $48.90. 7A 31 King - Laborers General Laborer $48.90 7A 31 King Laborers Grade Checker Et Transit Person $50.42 7A 31 King - Laborers Grinders $48.90 7A 31 King - Laborers Grout Machine Tender $48.90 7A 31 King Laborers Groutmen (pressure)including Post $49.81 7A 31 Tension Beams King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 King Laborers Hazardous Waste Worker (level C) $48.90 7A 31 King Laborers High Scaler $50.42 7A 31 Laborers ,King Jackhammer $49.81 7A 31 King Laborers Laserbeam Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder-mudman $49.81 7A 31 King Laborers Material Yard Person $48.90 7A 31 King Laborers Motorman-dinky Locomotive $49.81 7A 31 King Laborers Nozzleman (concrete Pump, Green $49.81 7A 31 Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 King Laborers Pipe Pot Tender $49.81 7A 31 King Laborers Pipe Reliner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.42 7A 31 King Laborers Powderman's Helper $48.90 7A 31 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Puller - Power $49.81 7A 31 King Laborers Raker - Asphalt $50.42 7A 31 King Laborers Re-timberman $50.42 7A 31 King Laborers Remote Equipment Operator $49.81 7A 31 King Laborers Rigger/signal Person $49.81 7A 31 King Laborers Rip Rap Person $48.90 7A 31 King Laborers Rivet Buster $49.81 7A 31 King Laborers Rodder $49.81 7A 31 King Laborers Scaffold Erector $48.90 7A 31 King Laborers Scale Person $48.90 7A 31 King Laborers Sloper (over 20") $49.81 7A 31 King Laborers Sloper Sprayer $48.90 7A 31 King Laborers Spreader (concrete) $49.81 7A 31 King Laborers Stake Hopper $48.90 7A 31 King Laborers Stock Piler $48.90 7A 31 King Laborers $49.81 7A 31 f-+-II I ff-%rf P---C I A I n rlr%X I/I r1i/%A In rl In I I-%f'%IZ I ir-,I r-%rxi%A In I r%rdzi ir-% nc-r-%\/ A /I /-)n 1 a Page 5 of 15 Tamper Et Similar Electric, Air Et Gas Operated Tools King Laborers Tamper (multiple Et Self-propelled) $49.81 7A 31 King Laborers Timber Person - Sewer (lagger, $49.81 7A 31 Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $48.90 7A 31 King Laborers Topper $48.90 7A 31 King Laborers Track Laborer $48.90 7A 31 King Laborers Track Liner (power) $49.81 7A 31 King Laborers Traffic Control Laborer $44.33 7A 31 8R King Laborers Traffic Control Supervisor $44.33 7A 31 8R King Laborers Truck Spotter $48.90 7A 31 King Laborers Tugger Operator $49.81 7A 31 King Laborers Tunnel Work-Compressed Air $107.60 7A 31 8� Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 88Q Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 8g Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 88 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 Tender King Laborers Tunnel Work-Miner $50.52 7A 31 King Laborers Vibrator $49.81 7A 31 King Laborers Vinyl Seamer $48.90 7A 31 King Laborers Watchman $37.67 7A 31 King Laborers Welder $49.81 7A 31 King Laborers Well Point Laborer $49.81 7A 31 King Laborers Window Washer/cleaner $37.67 7A 31 King Laborers Under round Sewer Ec General Laborer Et Topman $48.90 7A 31 Water King Laborers Underground Sewer Pipe Layer $49.81 7A 31 Water King Landscape Construction Landscape Laborer $37.67 7A 31 King Landscape Construction Landscape Operator $63.76 7A 3K 8X King Landscape Maintenance Groundskeeper $17.87 1 King Lathers Journey Level $58.48 5D 1 H King Marble Setters Journey Level $57.32 5A 1M King Metal Fabrication fln Shop) Fitter $15.86 1 King Metal Fabrication op1 Laborer $12.00 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shoff} Painter $12.00 1 hffns;'//fnrtrPcc XA/a nnv/Ini/AAianalnnl<im/nrvVVannlnnl-iin acnv A r,/7n1a . Page 6Of15 King Modular Buildin_q� Cabinet Assembly $12.00 King - Modular Buildings Electrician $12.00 King Modular Buj(din s Equipment Maintenance $12.00 King Modular Buildinas Plumber $12.00 King -Modular Buildin-gs Production Worker $12.00 King Modular Buildings Tool. Maintenance $12.00 King -Modular Buildings Utility Person $12.00 King Modular Buildings Welder $12.00 King Painters Journey Level $42.50 6Z 2B King Pile Driver Crew Tender/Technician $64.71 �D King Pile Driver Hyperbaric Worker - Compressed Air $74-87 5D 4C Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $79-87 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air $83.87 ID 4C King Pile Driver Hyperbaric Worker - Compressed Air $88-87 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air $91.37 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air $96.37 5D 4C ,King Pile Driver Hyperbaric Worker - Compressed Air $98.37 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air $100.37 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air $102.37 5D 4C King Pile Driver Journey Level $60.29 5D 4C King Pile Driver Manifold Operator (LST) $69.71 5D 4C King Plasterers Journey Level $56.54 7Q 1 R King PlavRround & Park EquiiDment Journey Level $12.00 1 Installers King Plumbers Et Ejqtfitters Journey Level $85.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8x King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8x King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8x King Power Eguipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X King Power Equipment Operators Bobcat $60.98 7A 3K 8X Equipment King Power Eguipment Operators Brooms $60.98 7A 3K 8x King Power Equipment Operators Bump Cutter $64.26 7A 3K 8X King Power Equipment Operators Chipper $64.26 7A 3K 8x King Power Eguipment Operators Compressor $60.98 7A 3K 8X King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X Screed King Concrete Pump - Mounted Or Trailer $63.76 7A 3K 8X High Pressure Line Pump, Pump High Pressure h++nc' //Fn,+n=cc `mn nnv/|ni ;:�cnv 4/1r;/,)010 Page 7 of 15 King Power Equipment Operators Concrete Pump: Truck Mount With $64.83 7A 3K 8X Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount With $64.26 7A 3K 8X Boom Attachment Up To 42m King Power Equipment Operators Conveyors $63.76 7A 3K 8X King Power Equipment Operators Cranes friction: 200 tons and over $66.80 7A 3K 8X King Power Equipment Operators Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X boom including jib with attachments King Power Equipment Operators - Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Under King Power Equipment Operators Cranes: Friction cranes through 199 $66.15 7A 3K 8x tons King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X King Power Equipment Operators Deck Engineer/Deck Winches $64.26 7A . 3K 8X (power) King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X King Power Equipment Operators Dozers D-9 Et Under $63.76 7A 3K 8X King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X Crane Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X _ - King Power Equipment Operators Elevator And Man-lift: Permanent $60.98 7A 3K 8X And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Attachments King Power Egqipment Operators Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X King Power Equipment Operators Hard Tail End Dump Articulating $64.83 7A 3K 8X Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating $64.26 7A 3K 8X Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill Locator $63.76 7A 3K 8X King Power Equipment Operators Horizontal/Directional Drill $64.26 7A 3K 8X Operator King Power Equipment Operators HydraLifts/Boom Trucks Over 10 $63.76 7A 3K 8X Tons httDS://fortress.wa.00v/1ni/wacielookiin/nrvWanpinnki in-Arny ;/,?nl Q Page 80f15 :King Power,Equipment Operators Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K And Under King Power Equipment Operators Loader, Overhead 8 Yards. F± Over $65.48 7A 3K 8X -King Power EgujpM���� Loader, Overhead, 6 Yards. But Not $64.83 7A 3K Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X King Power Eouipmfat_q2�� Loaders, Plant Feed $64.26 ZA King Power EquiDment q2��rators Loaders: Elevating Type Belt $63.76 7A 3K 8X King Material Transfer Device $64.26 7A 3K 8X Hour Over Mechanic) King Motor Patrol Graders $64..83 7A 3K 8X King Mucking Machine, Mote, Tunnel $64.83 7A 3K 8X Drill, Boring, Road Header And/or Shield King Power EquiDment Operators Oil Distributors, Blower Distribution $60.98 7A 3K 8X Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $63.76 7A 3K 8X Manlifts), Air Tuggers, Strato King Power Eouipment Operators Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X Tons Through 44 Tons King Power EquiDment Operators Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X And Over King Power Eguipment Operators Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X Through 99 Tons King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X King Power Equipment Operators Pile Driver (other Than Crane $64.26 7A 3K 8X King Power EquiQment OQerators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X King Power Eouioment Operators Posthole Digger, Mechanical $60.98 7A 3K 8X King Power Equipment Operators Power Plant $60.98 7A 3K 8X King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X King Power Eguipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X King Power Equipment Operators Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X Feet In Height Based To Boom King Power EquiQment OQerators Remote Control Operator On Rubber $64-83 7A 3K 8X Tired Earth Moving Equipment King Power Eguipment Operators Rigger and Bettman $60.98 7A IK 8X King Power Eauinment Operators Rigger/Signal Person, BeRman $63.76 7A 3K 8X King Power Equipment Operators Rottagon $64.83 7A 3K 8X King Power Equipment Operators Roller, Other Than Plant Mix $60.98 7A 3K 8X King Power EquipgilfeDI Operators Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X Materials King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X King Power Equipment Operators Scraper, Self Propelled Under45 $64.26 7A 3K 8X Yards King Power Equipment )perators Scrapers - Concrete Et Carry All $63.761 7A 3K 8X King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X And Over King Power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8X htfn,;-//Fnrfrps-,-vva-nnv/|ni/ mAnp|nnk/m/nrvVVanP|nnkonasny 4/15/2019 Page 9 of 15 King Power Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K 8X Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel., Excavator, Backhoes: Over $65.48 7A 3K 8X 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $66.15 7A 3K 8X 90 Metric Tons King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X King Power Equipment Operators Spreader, Topsider Et Screedman $64.83 7A 3K 8X King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X King Power Equipment Operators Tower Crane Up To 175' In Height $65.48 7A 3K 8X Base To Boom King Power Equipment Operators Tower Crane: over 175' through $66.15 7A 3K 8X 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $66.80 7A 3K 8X from base to boom King Power Equipment Operators Transporters, All Track Or Truck $64.83 7A 3K 8X Type - - King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8X And Over King Power Equipment Operators Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X Tons King Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K 8X King Power Equipment Operators Welder $64.83 7A 3K 8X King Power Equipment Operators Wheel Tractors, Farman Type $60.98 7A 3K 8X King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8X Underground Sewer £t Water - - - King Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X Undersround Sewer Et Water - - - King Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Batch Plant Operator, Concrete $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Bobcat $60.98 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Brokk - Remote Demolition $60.98 7A 3K 8X Underground Sewer Water Equipment - - - King Power Equipment Operators Brooms $60.98 7A 3K 8X Underground Sewer Et Water - - - King Power E ui ment 0 erators Bump Cutter $64.26 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Cableways $64.83 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Chipper $64.26 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators Compressor $60.98 7A 3K 8X Underground Sewer & Water - - - King Power E uipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X Under.ground Sewer Et Water Screed httos:Hfortress.wa.aov/Ini/wanPlonkun/nrvwanPlnnkiin_agnx a/1 c;/,)nlQ Page 10 of 15 King Power Equipment Operators- Concrete Pump - Mounted Or Trailer $63.76 7A 3K 8X Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount With $64.83 7A 3K 8X Underground Sewer Et Water Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount With $64.26 7A 3K 8X Underground Sewer Et Water Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and over $66.80 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X Underground Sewer Et Water or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X Underground Sewer Et Water With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X Underground Sewer Et Water of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X Underground Sewer Et Water boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through 199 $66.15 7A 3K 8X Underground Sewer Et Water tons King Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8X Underground Sewer Et Water attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $64.26 7A 3K 8X Underground Sewer Ft Water (power) King Power Equipment Operators- Derricks, On Building Work $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine $65.48 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $60.98 7A 3K 8X Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $64.26 7A 3K 8X Underground Sewer Ft Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X Underground Sewer Et Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $64.26 7A 3K 8X Underground Sewer Et Water hffnc•//fnrfracc wa nrrni/Ini/wanPlnnhi in/nrvWanPlnnki in_agnx 4/1 5/2nl q Page 11 of 15 King Power Equipment Operators- Hard Tail End Dump Articulating $64.83 7A 3K 8X Underground Sewer Et Water Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tait End Dump Articulating $64.26 7A 3K 8x Underground Sewer Et Water Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill Locator $63.76 7A 3K 8x Underground Sewer Ft Water King Power Equipment Operators- Horizontal/Directional Drill $64.26 7A 3K 8X Underground Sewer Et Water Operator King Power Equipment Operators- Hydratifts/Boom Trucks Over 10 $63.76 7A 3K 8X Underground Sewer Et Water Tons King Power Equipment Operators- Hydratifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X Underground Sewer 8: Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Underground Sewer 8t Water Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8x Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8X Underground Sewer 8t Water King Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $65.48 7A 3K 8x Underground Sewer Et Water Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X Underground Sewer F± Water King Power Equipment Operators- Mucking Machine, Mote, Tunnel $64.83 7A 3K 8X Underground Drill, Boring, Road Header And/or yound Sewer Et Water Shield King Power Equipment Operators- Oil Distributors, Blower Distribution $60.98 7A 3K 8X Underground Sewer Et Water Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $63.76 7A 3K 8X Underground Sewer Et Water Mantifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8x Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X Underground Sewer Et Water And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X Underground Sewer Ft Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $64.26 7A 3K 8x Underground Sewer Et Water Mount) King PowtLfggjpfl2ent Operators- Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $60.98 7A 3K 8x Underground Sewer E�Water King Power Equipment Operators- Power Plant $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $60.98 7A 3K 8x Underground Sewer Et Water httDS://fortress.wa.cov/1 ni/waciplonki j n/nrvWanPInnki in-;qqny 411 t;/,?nl Q Page 12OF15 King lQuad 9, Hd 41, D10 And Over $64.83 7A b3 K Und King Power Equipment Operators- Quick Tower - N:o C:ab, Under 100 $60.91187A 3K 8X gn��� Sewer Et Water �Feet In Height Base,d To Boom King Power.,Equipment Operators- Remote Control Operator On Rubber $64-83 7A 3K 8X Underground Sewer Et Water Tired Earth Moving Equipment Under.ground Sewer Et Water Underground Sewer Et Water (Certified) gnLe�� Sewer Et Water King Rotler, Other Than Plant Mix $60.98 7A 3K 8X Under,ground Sewer Et Water King Power Eguipment Operators- Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $64.26 7A 3K 8X Underparound Sewer Et Water King Power Equipment Operators- Saws - Concrete $63.76 7A 3K 8X Underp,round Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $64.26 7A 3K 8X Under2round Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X Underp,round Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X Underp,round Sewer & Water King Power Equipment Operators- Shotcrete/Gunite Equipment $60.98 7A 3K 8X Underground Sewer Et Water Undermund Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shove[, Excavator, Backhoe: Over $64.83 7A 3K 8X Underp,round Sewer & Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shove[, Excavator, Backhoes, $64.26 7A 3K 8X Under2round Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shove[, Excavator, Backhoes: Over $65.48 7A 3K 8X Under2round Sewer a Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $66.15 7A 3K 8X Underground Sewer Et Water 90 Metric Tons King Power Eguipment Operators- Stipform Pavers $64.83 7A 3K 8X Underp,round Sewer Et Water King Power Eguipment Operators- Spreader, Topsider Et Screedman $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $64.26 7A 3K 8X King Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height $65.48 7A 3K 8X Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $66.15 7A 3K 8X Underground Sewer Ft Water 250' in height, base to boom I King Power Equipment Operators- Tower Cranes: over 250' in height $66.80 7A 3K 8X Underground Sewer Et Water from base to boom King Power Equipment Operators- ransporters, All Track Or Truck $64.83 7A 3K 8X hffn-,'//fnrfnpqqvva nnv/|ni/vvanp|nnk-/m/nrvVV;:ine|nnk/maqnx 4/1F;/2014 Page 13 of 15 King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X Under�raund Sewer � Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8X Underground Sewer Et Water And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X Underground Sewer & Water Tons King Power Equipment Operators- Truck Mount Portable Conveyor $64.26 7A 3K 8X Underground Sewer Ft Water King Power Equipment Operators- Welder $64.83 7A 3K 8X Underground Sewer Et Water - - King Power Equipment Operators- Wheel Tractors, Farman Type $60.98 7A 3K 8X Underground Sewer €t Water - - King Power Equipment Operators- Yo Yo Pay Dozer $64.26 7A 3K 8X Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A Trimmers - - King Power Line Clearance Tree Spray Person $47.37 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers King Refrigeration It Air ConditioniLg Journey Level $81.01 6Z 1G Mechanics King Residential Brick Mason Journey Level $57.32 5A 1M King Residential Carpenters Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.07 7A 4U King Residential Drywall Applicators Journey Level $45.05 5D 4C King Residential Drywall Tapers Journey Level $45.19 5P 1 E King Residential Electricians Journey Level $39.81 5_Q 20 King Residential Glaziers Journey Level $43.00 7L 1 H King Residential Insulation Applicators Journey Level $45.05 5D 4C King Residential Laborers Journey Level $36.68 7A 1 H King Residential Marble Setters Journey Level $57.32 5A 1M King Residential Painters Journey Level $42.50 6Z 2B King Residential Plumbers Et Pipefitters Journey Level $51.37 5A 1 G King Residential Refrigeration it Air Journey Level $51.37 5A 1 G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $50.01 7F 1 R King Residential Soft Floor Layers Journey Level $49.43 5A 3J King Residential Sprinkler Fitters (Fire Journey Level $48.18 5C 2R Protection King Residential Stone Masons Journey Level $57.32 5A 1M King Residential Terrazzo Workers Journey Level $52.61 5A 1M King Residential Terrazzo/Tile Finishers Journey Level $43.44 5A 1 B King Residential Tile Setters Journey Level $52.61 5A 1M King Roofers Journey Level $53.27 5A 3H King Roofers Using Irritable Bituminous Materials $56.27 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1 E King Shipbuilding Ship Repair New Construction Boilermaker $36.36 7V 1 King Shpbuildin £t Ship Repair New Construction Carpenter $36.36 7V 1 httDs://fortress.wa.00v/Ini/waaelookun/DrvWaaelnokun.asnx 4/1 r./?ni n Page 14Of15 King IN w Construction Crane Operator $36.3 7V 1 King New Construction Heat Et Frost $73.58 5J 4H Insulator King Lh���� New Construction Laborer $36.36 7V King Shipbuilding, Et Shi LRepair New Construction Machinist $36.36 7V King New Construction Operating $36.36 7V Engineer King Lh���� New Construction Painter $36.36 7V King New Construction Rigger $36.36 7V King Shipbui(ding.Et.Ship Repair New Construction Sheet Metal $36.36 7V King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V King New Construction $36.36 7V Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder Burner $36.36 7V King Shir)buildinq Et Ship Repair Ship Repair Boilermaker $44.95 7X 4J ------------ King Shipbuilding.& Ship Repair Ship Repair Carpenter $44.95 7X 4J King Shi2building Ship Repair Crane Operator $44.06 7Y 4K King Ship Repair Electrician $44.95 7X 4J King Ship Repair Heat Et Frost Insulator $73.58 5-1 4H King Shipbuilding a Ship Repair Ship Repair Laborer $44.95 7X 4J King Ship Repair Machinist $44.95 7X 4J King Ship Repair Operating Engineer $44.06 7Y 4K King Shipbuilding Ship Repair Painter $44.95 7X 4-1 King Shipbuilding Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding Et Shi2 Repair Ship Repair Rigger $44.95 7X 4J King jhj 2bui[ding_Et Ship Repair Ship Repair Sheet Metal $44.95 7X 4J King Ship Repair Shipwright $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Warehouse Teamster $44.06 7Y 4K King Sign Makers Et Installers (Electrical) Journey Level $49.70 0 1 King Sign Makers Et Installers (Non- Journey Level $31.52 0 1 King Soft Floor Layers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King SDrinkler Fitters (Fire Protection) Journey Level $78.39 5C ix King StaRe Ripping Mechanics (Non Journey Level $13.23 1 King Stone Mason� Journey Level $57.32 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X King Su King Telecommunication Technicians Journey Level $50.57 7E 1E King Telephone Line Construction - Cable Splicer $41.22 5A 213 Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside Outside htfn-,'//fnrfn=-,-, vv,-; nnv/|ni/vv�np|nnk-/m/nrvVVnnp|nnk/maqnx 4/15/201A Page 15 of 15 King Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $41.22 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.36 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.36 5A 2B Outside King Telephone Line Construction - Television Groundperson $21.92 5A 2B Outside — — King Telephone Line Construction - Television Lineperson/Installer $29.13 5A 2B Outside — — King Telephone Line Construction - Television System Technician $34.68 5A 2B Outside King Telephone Line Construction - Television Technician $31.18 5A 2B Outside — — King Telephone Line Construction - Tree Trimmer $38.36 5A 2B Outside — — King Terrazzo Workers Journey Level $52.61 5A 1M King Tile Setters Journey Level $52.61 5A 1M King Tile Marble Et Terrazzo Finishers Finisher $43.44 5A 1 B King Traffic Control Stripers Journey Level $46.23 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards $58.56 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards $57.72 5D 3A 8L King Truck Drivers Dump Truck $57.72 5D 3A 8L King Truck Drivers Dump Truck Ft Trailer $58.56 5D 3A 8L King Truck Drivers Other Trucks $58.56 5D 3A 8L King Truck Drivers - Ready Mix Transit Mix $58.56 5D 3A 8L King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers £t irrigation Pump Oiler $12.97 1 Installers King Well Drillers It Irrigation Pump Well Driller $18.00 1 Installers httos://fortress.wa.nnv/lni/wanpinnki in/nrvXA/anplr)nlri in Acr,Y All ri')nl 0 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED 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 wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid 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)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule,shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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 3/3/2019 thru 8/30/2019 Overtime Codes Continued 1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 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. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half 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. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The 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 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 single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 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)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. 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 times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. 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 5 am to 6pm 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,and all hours worked in excess of twelve(12)hours in a single shift 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.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight(8)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 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 and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations,except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. 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 thru 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(I V2)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 be 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. I. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on a Saturday in excess of twelve (12)hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9)hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. All hours worked on Saturdays shall be paid atone and one-half times the hourly rate of wage. All hours worked on Sundays and holidays,and all work performed between the hours of midnight(12:00 AM)and eight AM(8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight(8)continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four(4)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two(2)hours of overtime for hours worked Monday-Friday 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 shall be paid at double the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday,the first six(6)hours work shall be paid at one and one-half times the hourly rate of wage,and all hours over(6)shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday,all work shall be paid at double the hourly rate of wage. U. 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.(Except on makeup days if work is lost due to inclement weather,then the first eight(8)hours on Saturday may be paid the regular rate.)All hours worked over twelve(12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). 6 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holidav Codes Continued 5. C. Holidays: New Year's Day,Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day, the Day after Thanksgiving Day, And Christmas(6). 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- 7 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Day On Christmas Eve Day. (9 1/2). Holidav Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). I. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 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. 8 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 7. 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. I. 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 a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on 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. 9 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 7. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day,and a Floating Holiday. X. 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 the day before or after Christmas day.If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays:New Year's Day,Presidents' Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day. (8)If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays:New Year's Day,President's Day,Independence Day,Memorial 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. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the 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. B. Holidays:New Year's Day, Martin Luther King Jr. Day,President's Day,Memorial Day, Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the day before Christmas Day and Christmas Day.(8) D Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and the day after Christmas. 10 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 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: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50, Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective 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 flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. U. Workers on 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 be paid for the entire shift worked.Workers who do"pioneer"work(break open a cut,build road, etc.)more than one hundred fifty(150)feet above grade elevation receive an additional$0.50 per hour. 11 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes Continued 8. 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 151'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 tunnels) 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. X. 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. Special Shift Premium:Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 12 KENT REQUEST FOR MAYOR'S SIGNATURE Routing Information: (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTME v j ? Appro c r Originator: Matt Knox Phone (Originator): 5551 Date Sent: S//4 h& Date Required: Return Signed Document to: Nancy Yoshitake Contract Termination Date: 90 working days VENDOR NAME: Date Finance Notified: Scarsella Bros., Inc. (Only required on contracts 5/7/ 1 9 20 000 and over or on any Grant DATE OF COUNCIL APPROVAL: 5/7/19 Date Risk Manager Notified:N A (Required on Non-City Standard Contracts/Agreements) Has this Document been SpecificaII Account Number: D2OO74 Authorized in the Budget? ' YES NO Brief Explanation of Document: The attached agreement with Scarsella Bros., Inc. is for the relocation of 2,100 linear feet of Frager Road, including the construction of an adjacent bike path and the removal of contaminated soil previously identified on site for the Downey Farmstead Restoration Phase 2 - Frager Road Realignment and Contamin ted Soil Removal Project. � +� tIVED All Contracts Must Be Routed Through The Law rtm Received (This area to be completed by the Law Department) Approval of Law Dept.: Law Dept. Comments: Late Forwarded to Mayor_ —� Shaded Areas To Be Completed By Administration Staff Received: — — Recommendations and Comments: Disposition: 50✓l,` 4 !(1 -7( 1- Date Returned: P\ will orms\ ocument Processing\ equest for ayor's ignature.docx