Loading...
HomeMy WebLinkAboutCAG2019-371 - Original - Olson Brothers Excavating, Inc. - Downey Farmstead Restoration Phase 2B Excavation - 07/26/2019 Agreement Routing Form 1111.7KENVT For Approvals, Signatures and Records Management WAS.HINGTON This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Originator: Nancy Y. for Melissa Dahl Department: Public Works Date Sent: -4105119 Date Required: -4/31li Y > Authorized Director or Designee Date of 0 7/16/19 a, to Sign: Council QMayor Approval: Budget D20074 Grant? ❑ Yes No Account Number. Type: N/A Vendor or Name: Olson Brothers Excavating, Inc. Cate 9 y: Contract C Vendor . 305640 Sub-Cate o Number: Sub-Category Other M Project E Name: Downey Farmstead Restoration Phase 2b Excavation 0 c Project Removal of material from the Downey Farmstead Restoration site. +. Details: c 0 Basis for Agreement $453119.15 d Amount: Selection of Bid y Contractor: .10 Q Start Date: Mayor's signature 712t, Termination Date: �`V 0 working days Notice required prior to Yes No Contract Number: disclosure? ❑ ❑ Date "°m'sA 13Vt U Comments: 3 0 l� N 40 VENT LAW DEFT RECEIVED L 1p � Date Routed to the Mayor's Office: in a Date Routed to the City Clerk's Office: City tY of Kent (Office of the Mayor Date Sent to Originator: Visit Documents.KentWA.gov to obtain copies of all agreements adccW22373_6_19 KENT DATE: July 16, 2019 TO: Kent City Council SUBJECT: Downey Farmstead Restoration Phase 2b Excavation Project Bid - Award MOTION: Award the Downey Farmstead Restoration Phase 2b - Excavation Project to Olson Brothers Excavating, Inc. in the amount of $453,119.15 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 removal of 15,000 cubic yards of material from the Downey Farmstead Restoration site. This is a continuation of work that began in 2018, for the purpose of creating a riverine side channel at the former Downey Farmstead. The bid opening for the Downey Farmstead Restoration Phase 2b - Excavation Project was held on July 2, 2019 with four bids received. The lowest responsible and responsive bid was submitted by Olson Brothers Excavating, Inc. in the amount of $453,119.15. The City was given additional grant funds based on our ability to complete the Downey Farmstead Restoration Phase 2 - Excavation project by the end of July. Bid Tab Summary 01. Olson Brothers Excavating, Inc. $453,119.15 02. Oceanside Construction, Inc. $511,241.50 03. Rodarte Construction, Inc. $597,517.25 04. Northwest Cascade, Inc. $668,151.00 Engineer's Estimate $585,000.90 BUDGET IMPACT: This project will be paid for using grant funds from King County and the King Conservation District. SUPPORTS STRATEGIC PLAN GOAL: Thriving City Packet Pg. 770 CITY OF KENT KING COUNTY, WASH I NGTON KENT SPEC I AL PROV 1 S 1 ONS FOR Downey Farmstead Restoration Phase 2b — Excavation Project Number: 18-3007 . 1 B I DS ACCEPTED UNT I L BID OPENING July 2, 2019 July 2, 2019 10:45 A.M. 11 :00 A.M. DELIVER TO C 1 TY OF KENT, C I TY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT WASHINGTON 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 Downey Farmstead Restoration Construction Stormwater General Permit Section 7 King County Permits: Shoreline Exemption and Clearing and Grading Permit Section 8 Traffic Control Plans Section 9 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Downey Farmstead Restoration Phase 2b - Excavation Project Number: ILS-3007. 1 BIDS ACCEPTED UNTIL BID OPENING July 2, 2019 July 2,, 2019 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF REIN, CITY HALL 220 4th Avenue S.,, Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR f�NAL KENT WASH [ N G T O N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement 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 Downey Farmstead Restoration Construction Stormwater General Permit King County Permits: Shoreline Exemption and Clearing and Grading Project Traffic Control Plans Prevailing Wage Rates BIDDER'S NAME Olson Brothers Excavating, Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Downey Farmstead Restoration Phase 2b - Excavation Project Number: 18-3007. 1 BIDS ACCEPTED UNTIL BID OPENING July 2, 2019 July 2, 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 WAS H ING 7 0 N INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 2, 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 2b - Excavation Project Number: 18-3007.1 The project consists of excavation, and disposal of approximately 15,000 cubic yards (CY) of soil from the project site. 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. A previously phase of work for the project may happen congruent to this work, however it should not impact the timing of this project. 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 $450,000 to $500,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call 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 entWA.gov/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. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 12th day of June, 2019. r BY: Kimberley A moto, City Clergy€ Published in Daily Journal of Commerce on June 18 and 25, 20 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 7/2/19 This statement relates to a proposed contract with the City of Kent named Downey Farmstead Restoration Phase 2b - Excavation Project Number: 18-3007.1 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. Olson Brothers Excavating, Inc. NAME OF BIDDER BY: SIGNATURE/TITLE Steve Olson, Vice President 6622 112th St. E. Puyallup, WA 98373 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Downey Farmstead Restoration Phase 2b/Dahl 1 June 12, 2019 Project Number: 18-3007.1 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: Olson Brothers Excavating, Inc. Title: Steve Olson, Vice President Date: 7/2/19 Downey Farmstead Restoration Phase 2b/Dahl 2 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 3 June 12, 2019 Project Number: 18-3007.1 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 Olson Brothers Excavating, Inc. Company, hereby acknowledge and declare that the before- mentioned company was the prime contractor for the contract known as Downey Farmstead Restoration Phase 2b — Excavation/Project Number: 18-3017.1 that was entered into on the (Date) 7/19/19 , 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: Olson Brothers Excavating, Inc. Title: Steve Olson, Vice President Date: 7/19/19 Downey Farmstead Restoration Phase 2b/Dahl 4 June 12, 2019 Project Number: 18-3007.1 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Olson Brothers Excavating, 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 2b — Excavation/ Project Number: 18-3017.1 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 2b/Dahl 5 June 12, 2019 Project Number: 18-3007.1 SCHEDULE I - ROAD AND EARTHWORK ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 10,070.00 $ 10,070.00 WSDOT LUMP SUM Per LS 1005 2-03.5 15,000 Excavation, Including Haul $18.00 $270,000.00 KSP B CU YDS and Disposal Per BCY 1010 2-02.5 80 Saw Cut Existing Asphalt $35.00 $2,800.00 KSP LN FT Concrete Pavement Per LF 1015 4-04.5 740 Crushed Surfacing Base $30.00 $22,200.00 KSP TONS Course, 1-1/4 Inch Minus Per TON 1020 5-04.5 390 HMA Class '/2", PG 64-22 $132.00 $51,480.00 KSP TONS Asphalt Overlay Per TON 1025 2-07.5 100 Watering $45.00 $ 4,500.00 KSP MGAL Per MGAL 1030 1-04.4(1) 1 Minor Changes $2,500* $2,500 WSDOT CALC Per CALC *Common price to all bidders Sub Total $ 363,550.00 10% WA State Sales Tax $ 36,355.00 Schedule I Total $ 399,905.00 Initials Downey Farmstead Restoration Phase 2b/Dahl 6 June 12, 2019 Project Number: 18-3007.1 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 75 Traffic Control Labor $ 55.84 $4,188.00 KSP HOURS Per HR 5010 1-10.5 100 Construction Signs Class A $ 18.00 $ 1,800.00 WSDOT SQ FT Per SF 5012 1-10.5 1 Temporary Traffic Control $ 5,000.00 $ 5,000.00 KSP LUMP SUM Devices Per LS 5015 1-10.5 25 Traffic Control Supervisor $ 93.50 $2,337.50 KSP HOURS Per HR Sub Total $ 13,325.50 10% WA State Sales Tax $ 1,332.55 Schedule V Total $ 14,658.05 T� Initials Downey Farmstead Restoration Phase 2b/Dahl 7 June 12, 2019 Project Number: 18-3007.1 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 1.75 Seeding, Fertilizing, and $5,500.00 $9,625.00 KSP ACRE Mulching Per AC 7010 8-01.5 2,200 Wattle $3.83 $8,426.00 WSDOT LN FT Per LF 7030 8-01.5 1 Erosion/Water Pollution $10,000* $10,000 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 7034 8-01.5 20 ESC Lead $100.00 $2,000.00 KSP HOURS Per HR 7035 8-01.5 25 Street Cleaning $200.00 $ 5,000.00 WSDOT HOURS Per HR Sub Total $ 35,051.00 10% WA State Sales Tax $ 3,505.10 Schedule VII Total $ 38,556.10 C� Initials Downey Farmstead Restoration Phase 2b/Dahl 8 June 12, 2019 Project Number: 18-3007.1 BID SUMMARY Schedule I 399,905.00 Road and Earthwork Schedule V 14,658.05 Traffic Control Schedule VII 38,556.10 Temporary Erosion &Sedimentation Control TOTAL BID AMOUNT 453,119.15 Downey Farmstead Restoration Phase 2b/Dahl 9 June 12, 2019 Project Number: 18-3007.1 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 2b — Excavation Project Number: 18-3007.1 Subcontractor Name Lakeridge Paving Item Numbers 1020 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 Steve Olson, Vice President Downey Farmstead Restoration Phase 2b/Dahl 10 June 12, 2019 Project Number: 18-3007.1 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Olson Brothers Excavating, Inc. Project Name: Downey Farmstead Restoration Phase 2b — Excavation Project Number: 18-3007.1 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: N/A Plumbing Subcontractor Name: N/A Electrical Subcontractor Name: N/A 7/2/19 Signature of Bidder Date Steve Olson, Vice President Downey Farmstead Restoration Phase 21b/Dahl 11 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 12 June 12, 2019 Project Number: 18-3007.1 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: Olson Brothers Excavating, Inc. NAME: Bryce Sturrock ADDRESS: 6622 112th St. E. Puyallup, WA 98373 PRINCIPAL OFFICE: Olson Brothers Excavating, Inc. ADDRESS: 6622 112th St. E. Puyallup, WA 98373 PHONE: 253-770-3844 FAX: 253-770-3845 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 security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under Downey Farmstead Restoration Phase 2b/Dahl 13 June 12, 2019 Project Number: 18-3007.1 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 owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Downey Farmstead Restoration Phase 2b/Dahl 14 June 12, 2019 Project Number: 18-3007.1 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 21b/Dahl 15 June 12, 2019 Project Number: 18-3007.1 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 2 day of July , 2019. Name of Organiza n: Olson Brothers Excavating, Inc. By: Title: Steve Olson, Vice President Downey Farmstead Restoration Phase 2b/Dahl 16 June 12, 2019 Project Number: 18-3007.1 7.2 Steve Olson , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed ands Y orn before me this day of �uiY 2019. , Notary Public: 2AA 01111111/t// My Commissiongpires: 12/15/21 `.��`�et�e.Ks4,�'., •m�ssiogF i = V = s Notary _ Sok s Public s �jr`O: ?'�5/202�••• +gyp �� O��wa yh\`\��� Downey Farmstead Restoration Phase 2b/Dahl 17 June 12, 2019 Project Number: 18-3007.1 BROS. EXCAVATING INC. EXCAVATING DEMOLITION 6622-112th St. E•PUYALLUP,, WA 98373•(253) 770-3844 FAX(253) 770-3845 LAND DEVELOPING City of Kent Downey Farmstead Restoration Phase 2b- Excavation Project No: 18-3007.1 Statutory Requirements: 1.1 See attached 1.2 601-161-685 1.3 ES Ref No: 674087007, Please see attached 1.4 See attached 1.5 See attached 2.1 30 Years 2.2 30 Years 2.2.1 N/A 2.3 2.3.1 1/1/89 2.3.2 Washington 2.3.3 Mike Olson 2.3.4 Steve Olson 2.3.5 Mike Olson 2.3.6 Steve Olson 2.4 N/A 2.5 N/A 2/6 N/A 3.1 State of Washington—OLSONBE113N3/601-161-685 City of Sammamish City of Gig Harbor City of Tumwater City of Sumner City of Ruston City of Fircrest City of Port Orchard City of Olympia City of Lacey City of Puyallup 00990231 City of Tacoma 500005551 City of Snoqualmie 113485 City of Renton BL.034836 City of Seattle 520813 City of Bellevue 125373 CONTRACTOR'S LICENSE NO • OLSON B E 113N3 3.2 State of Washington—OLSONBE1131\13/601-161-685 City of Sammamish City of Gig Harbor City of Tumwater City of Sumner City of Ruston City of Fircrest City of Port Orchard City of Olympia City of Lacey City of Puyallup 00990231 City of Tacoma 500005551 City of Snoqualmie 113485 City of Renton BL.034836 City of Seattle 520813 City of Bellevue 125373 4.1 Sitework and underground utility installation; Sewer, Water, Storm 4.2.1 No 4.2.2 No 4.2.3 No 4.3 No 4.4 See attached 4.4.1 $ 4,774,000.00 4.5 See attached 4.5.1 $ 12,000,000.00 4.6 See attached 4.7 See attached 5.1 See attached 5.2 Heritage Bank Chuck Folsom (253) 770-7686 5.3.1 Travelers Casualty& Surety Company 5.3.2 Agent—Propel Insurance, P.O. Box 2940,Tacoma, WA. 98401 6.1 Financial Statement available upon request ����.�u�' nna will soon be reeelvrng 1 c of each copies, call Labor and �nustrles'at 36© 902-4817. Insurance Services Division Einployer.Services'.,-. , . • Job Safety'and Health Protection (available in Spanish} r • Your Rights as a Worker/Family Care Department of Labor & Industries . Notice to Employees 'PO Box 44144 Olympia WA 98504-4i44 WORKER: The employer named below is an insured policyholder with the Washington State Industrial Insurance Trust Fund. UBI* g -e 4 r?�: Policy Effective Date 0 6x 1 A Location t G k {dbrLipi.7TT "'� L S. Ajg ~*Your Unified Business Identifier is the only number you need to discuss your business account with the Washington state departments,of, revenue;Lieepsmg"Employment Security,Labor and Industnes and the Office of the Secretary of State;Other state licenses o;r"gtratians -may':be required for proper licensing of your business. a F2it•t41.000,p7..01j OLSON BROTHERS EXCAVATING, INC. sz17 1 OLSON BROTHERS EXCAVATING, INC. 6622 112TH ST E PUYALLUP WA 98373-4630 BETACH BEFORE POSTINC, .., r,�tx?a.--,�-w� 3k°�-- ..ems.. .. _...., �"'•. =S�r�'�`?,,,.�-att, "ss=,"� �.k>�4..-�-�.. F.E+-, �'. ...,�'*� .r, k yLAI - 4 a t 1 DBUSUNIESS LICENSE � {f 7� STATE OF �1 WASHINGTON United Business DIssue te: May#: 0 131, 2019 61685 > Profit Corporation Business ID#: 001 �( Location: 0001 OLSON BROTHERS EXCAVATING, INC. OLSON BROTHERS EXCAVATING Expires: Feb 29, 2020 z� 6622 112TH ST E '' '` PUYALLUP, WA 98373-4630 d, 14 Sri UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE -ACTIVE , TAX REGISTRATION -ACTIVE + �j CITY ENDORSEMENTS: PUYALLUP GENERAL BUSINESS - NON-RESIDENT#990231 - ACTIVE CARNATION GENERAL BUSINESS - NON-RESIDENT(EXPIRES 4/30/2020)-ACTIVE S` GIG HARBOR GENERAL BUSINESS - NON-RESIDENT-ACTIVE I+ LACEY GENERAL BUSINESS - NON-RESIDENT#2291 ACTIVE OLYMPIA GENERAL BUSINESS - NON-RESIDENT#2591 - ACTIVE ;a s PORT ORCHARD GENERAL BUSINESS- NON-RESIDENT#13010250 -ACTIVE ^': RUSTON GENERAL BUSINESS -NON-RESIDENT#08-067 - ACTIVE t tY; ` I 4 v 4 SUMNER GEN>rRAI_-BUSINESS- NON-RESIDENT-ACT!ACTIVE TUMWATER GENERAL BUSINESS - NON-RESIDENT#F-000153 -ACTIVE ; TUKWILA GENERAL BUSINESS - NON-RESIDENT(EXPIRES 4/30/2020)-ACTIVE LICENSING RESTRICTIONS: 4 Not licensed to hire minors without a Minor Work Permit. I y r.l� i l}F l f t_ }i I sf=�' F � �1* document lists the registrations,endorsements,and licenses authorized for the business 11� I named above.ny accepting this document,the licensee certifies the information on Ihe,application �Dqmfl.Anl 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. C)itectnr, pvenue (� AStix�JL *4111iPill BRAS. EXCAVATING M. EXCAVATING DEMOLITION 6622-112th St. E•PUYALLUP,, WA 98373•(253) 770-3844 FAX(253) 770-3845 LAND DEVELOPING July 2, 2019 Downey Farmstead Restoration Phase 2b- Excavation Project No: 18-3007.1 Olson Brothers Excavating, Inc., including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3)years, disqualified from bidding on any public works contract under RCW 39.06-010 or 39.12.065(3). Sincerely, Olson Brothers Excavating, Inc. Steve Olson Vice President CONTRACTOR'S LICENSE NO • OLSON B E 113N3 8ROS. EXCAVATING INC. EXCAVATING DEMOLITION 6622-112th St. E•PUYALLUP,, WA 98373•(253) 770-3844 FAX(253) 770-3845 LAND DEVELOPING July 2, 2019 Downey Farmstead Restoration Phase 2b- Excavation Project No: 18-3007.1 Olson Brothers Excavating, Inc., including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, affirms that within the three year period immediately preceding the bid solicitation date, our 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. Signed under penalty of perjury by a person with authority to act and speak for Olson Brothers Excavating, Inc. Sincerely, Olson Brothers Excavating, Inc. Steve Olson Vice President CONTRACTOR'S LICENSE NO • OLSON B E 113N3 % X , *411i� BRCS. EXCAVATING I= EXCAVATING DEMOLITION 6622- 112th St. E•PUYALLUP,, WA 98373•(253) 770-3844 FAX(253) 770-3845 LAND DEVELOPING Work in Progress Project Name City of Seattle—30"Ave. NE Address P.O. Box 34018 Seattle, WA. Contract: $ 1,500,000 Est. Compl. June 2019 of work by Olson 85% Project Name City of Redmond— Bear Creek Address 15670 NE 85th St. Redmond, WA. Contract: $ 485,000 Est. Compl. August 2019 of work by Olson 90% Project Name City of Seattle—2019 Spot Sewer Repair Address P.O. Box 34018 Seattle, WA. Contract: $ 1,856,317.00 Est. Compl. June 2019 of work by Olson 90% Project Name King County—Lake to Sound Trail Address 401 51h Ave. Seattle, WA. Contract: $ 2,723,.00 Est. Compl. October 2019 of work by Olson 90% CONTRACTOR'S LICENSE NO • OLSON B E 113N3 \ l <Iwi� BAD& ittCA3rATt3fG t3M References and Work Completed Project Name Perrigo Park Phase 2A Year 2015 Owner City of Redmond Size 1.2 Million Contact Joe O'Leary (425) 691-7793 Project Name 14th & Concord CSS Improvements Year 2016 Owner City of Seattle Size/Description 2.4 Million Contact Bobby Jones (206) 276-1762 Project Name Lower Coal Creek Flood Hazard Reduction Year 2017 Owner City of Bellevue Size/Description 1 Million Contact Debbie Harris (425)452-4367 Project Name Blue Ridge Conduit Installation Phase 1 Year 2016— In progress Owner Seattle City Light Size/Description 5 Million Contact Stan Eng. (206) 684-0841 Project Name Little Bear Creek Fish Barrier Removal Year 2016— In progress Owner WSDOT Size/Description 5 Million Contact Dave Lindberg (425) 864-1884 Project Name Parker Court Year 2018 Owner City of Sumner Size/Description 400K Contact Dave Lindberg (425) 864-1884 Project Name 391h Street Widening Project Year 2016-2017 Owner City of Puyallup Size/Description 2.8 Million Contact Dave Lindberg (425) 864-1884 6622 112th St. East Puyallup, WA 98375 Office: 253.770.3844 Fax: 253.770.3845 Project Name 30T"Ave Sidewalks & Natural Drainage Year 2018-2019 Owner Seattle Department of Transportation Size/Description 1.9 Million Contact Elsa Tibbits (206) 445-8597 Project Name Green River Shoreline Soil Preparation Year 2018 Owner City of Kent Size/Description 326K Contact Paul Kuehne (253) 856-5543 Project Name Mackey Creek Restoration Year 2018 Owner City of Redmond Size/Description 591K Contact Bassam AI-Ali (425)556-2712 6622 112`h St. East Puyallup, WA 98375 Office: 253.770.3844 Fax: 253.770.3845 r. `r Jason Duke EDUCATION Central Washington University; Bachelor of Science Construction Management,March 2002, EXPERIENCE Olson Brothers Excavating,Inc. March 2015—Present Construction Manager,Heavy Civil Projects for the City of Renton,City of Puyallup,CH2M Hill and Point Ruston LLC; project value ranging from$20k to$2M. Responsibilities include the overall management of construction operations including but not limited to the management of projects from identification to closeout;develop,maintain and forecast project budgets;negotiate and write subcontracts; develop and maintain CPM schedules; develop and review construction methods;maintain safety standards;estimating and change order pricing;contract administration;supervise project engineers and fieldpersonnel. PELLCO Construction,Inc. October 2012—March 2015 Project Manager,Heavy Civil Projects for Seattle City Light and the University of Washington;project value ranging from S2rn to$Sm. Responsibilities include management of project from identification to closeout;develop, maintain and forecast project budgets; negotiate and write subcontracts;develop and maintain CAM schedules;develop and review construction methods; maintain safety standards;estimating and change order pricing; contract administration;supervise project engineers and field personnel. Northwest Construction,Bellevue,WA July 2010—October 2012 Project Manager,Heavy Civil Projects for WSDOT,Sound Transit and SCORE;project value ranging from$50m to$I00m;subcontracts ranging$2m to$1 lm.Responsibilities include management of project from identification to closeout; develop,maintain and forecast project budgets; negotiate and write subcontracts;develop and maintain CPM schedules; develop and review construction methods;maintain safety standards; estimating and change order pricing;contract administration;supervise project engineer and field personnel. Volker Wessels-MidMountain Contractors,Kirkland,WA August 2005-February 2010 Project Manager,Heavy Civil Projects for WSDOT,City of Seattle.City of Tacoma,and the City of Kenmore;contracts ranging from$2m to$33m.Responsibilities include management of project from identification,to closeout;develop,maintain and forecast project budgets;negotiating and writing subcontracts; develop and maintain CPM schedules; develop and review construction methods;maintain safety standards;estimating and change order pricing; contract administration;supervise project engineer and field personnel. Kiewit Pacific Company, Renton,WA December 2003-August 2005 Engineer, Heavy Civil Light Rail projects C700 and C810 for Sound Transit-contract amount$I00m.Responsibilities included general engineering tasks;develop and maintain budgets;quality control; maintain safety standards;develop and review formwork design and shoring methods;scheduling;estimating;quantity tracking; document control;contract administration. Gary Merlino Construction Co., Inc.,Seattle,WA April 2002-December2003 Engineer,Heavy Civil Projects for the City of Seattle,King County Metro,City of Redmond,City of Bellevue,Portof Seattle and various private firms;contracts ranging from$500k to$1Sm. Responsibilities included estimating; scheduling;submittals;RFi's;cost tracking; billing;contract negotiations;payroll;subcontract coordination and various contract administrative duties. Rich Pentin Project Superintendent 2002-2018 Olson Brothers Excavating, Inc. City of Renton Maplewood Creek Stormwater Outfall Improvements October 2015 -Present Responsibilities: Supervise the installation of approximately 110OLF of storm pipe which outfalls to Maplewood Creek. Installing 10 Type I catch basins and 4 Type II —48" catch basins. Installing 54-inch diameter HDPE energy dissipator outfall structure including placement of 20 tons of rip rap and 150 square yards geotextile fabric. Removal and replacement of asphalt concrete pavement,asphalt overlay, concrete curbs and gutters. Landscape and property restoration. Northwest Construction, Project Superintendent Turner/Sound Transit U240 Capitol Hill Station February 2012—December 2014 Responsibilities: Supervise open-cut retained excavation and grading. Installation of underground utilities including concrete incased ductbanks and power and communication vaults. Gary Merlino Construction, Project Superintendent Absher/Seattle Housing Authority Highpoint Redevelopment Project January 2003—December 2004 Responsibilities: Supervise excavation,site grading and utility installations including approximately 2 miles of concrete incased ductbanks and 100ea power and communication vaults. Gary Merlino Construction, Utility Foreman Sound Transit C910 Tacoma Link Light Rail January 2001—August 2002 Responsibilities: Supervise utility installations including concrete incased ductbanks and vaults for the light rail system. Professional Project References Tommy Edwards,Seattle City Light, U240 Capital Hill Station, 206-386-1642 Dennis Smith, Senior Superintendent Absher Construction, Highpoint Redevelopment Project, 253-845-9544 Andrew Douherty,Seattle Housing Authority, Highpoint Redevelopment Project, 206-615-3524 Benny Reynolds, Now with NW Construction was the Superintendent for Merlino on the Sound Transit C910 Project,206-793-7611 O O m ( Z m 0 0 M v O W co 0 0 0 x x — o o co 0o - m (Dm a < a al< l< 3cQ. 0- m � 0 < < 0 Q m m cD c 7 -0 O � 0 0I;u N O N _ x N x Im - N N - N O N � O cn O N UI 0) cn O � N N O O CC) ' O O (n O O Cfl O O CT Ul m m m W W W N N N — — — _... — — — — — — — O CD CD = 0 0 0 = W W N N N N N N — — — -• — 0_ (D 00 ---A ---A U (D ---A ? O I - t -� - I O cn . N Cfl m v A W L L (D oC) jig O w Cn (n a. cU'nc n � o C) � W ww N � X -' � W I0 Cn W O 0 CD O O O fD OD CJt Z _' cn N C) N N N X cn -' fD = T� pQ = = C� 0) C� cnI ,- N � � � nn No cn � 00 n �. m CD cri T� Z � v cn � ww � NX � nm � Xno < o J � v' 3 < oo � m' (D CY) ODCCoo �' o � oo 00000000C° Cl)— (D A m' m O O — cn A -1I O — O N C O N O 00 N N W W k -' A O N Cn Cn Cn� O O O ■ 0 0 O N O W O) 0o C (n y -nm000 y n � N 00 W W c cc� °' n C� w n w 0) D CA D C:? D 07 c = W A 0co �J O 02 N m c n 0 m n c cn N r r r C __ C7 0 S �• S D N m D D0.) o C) D rn W e W n D 00 _ _ 0 .A r -o v CD CD Za m m Z m m CT -{ CD (A CD N oco �a Z 2 = n = c n m N co cc � c � � � 3 W c -+ � c m66 c X n 00 m n m D n c cn cn m 0 0' 0' m m CD 2 m _ 0 0 0 c c = N cn N m � � mO O O O 000000Ov 0� 0000 � o Co � m o 0000oxXxoxx0mXX3Xo X < C 00) CD Z �_0 < zZzz � � � o � � < < < � o � Q- � 00 CD ao v 0 c_ m v zzzzDDDa Dv mDDv � D D 0 w70 �, 0 ' :U Z7 a Z7 :Z] Z7 Z77 < < err 0 0pp � p n C7 D0 p m m m m m n0 O - - - O O C) CIi (Ji (r Cn X X X O 0) Cil A I� o N (Q '+ C C) (DCD (Jl m m O o - - - - - � -• � � 0 0 0 0 0 0 0 0 CD C -� CD CD O � CIS C) W v O CT A W N o Co of v W Ui A W N -> O Co J O C/) � W v v CD v o (D D CD n (D n v� � x X Qo o C/) 0O p � � fJlJ C) C) C) C) < < c v (D = C: -0 N J c D D D °' CNn o oo Ao cAn v v v v w E. _ C7 N r p (D W (r O A A A A O 0 CSi CD (D O r r � 00 C. 77 O x (r7 - D ZO = W (D (D (D (D N N N N C. CD opm m W - < m --0 cnz z D - o > > _ 0000 (D C) Ocn : (nn � (D � � � � � � Cn � 0 CnCn �lppp o D -u (D CD (D (D (D 00 C] Q (^D (OD (D (D m '' , °J z (D O c G7 D D e co a, m Cn m m -n m w pry = rnoowE�: r 00 O en (n p _. A O O O W A O X 0) -n CD � � � � C 0) C3 A o � O v N W - O J � = Cn - O N W � O (D O N O N p co W N W m C7 O N W O fl1 W O O N) CDD � CA W O W .-!7 �# Co -I O *k <_ N W N C) m 0 Cn 0 y Cn C C7 C: m �- p D CO 0 z m (D Cl) -q D -i m D m o x mz � �D � Om � D DD 0cncncfl O O � � � Woro --4 ov -Ti m m CD (D 0D � -� —I DDO � � On O °' Ocn 0 > > F Z7 Z1 X p 0 � M _ m (�D (�D m p � rn � DDmm -' 0m -0 CD m x a' OmCD mu, cnmm � D � _ m _ m ' -� _ _ 00 x D O O D (AD mo C) 0 O G)X t7 Z �J D D � D U) z m -I m Cn en CD 0 cnrnrn � � � (9 N n' 0' Cb v - A (D (D rn w CD C) = _ 0 O C C t% y x o - 5 -oa 3 oo T. T. T. TTT. T. T. T. 3 0 m _Q < < G 0 -� D DDDDDD cn a v � Q- m pppppp o_ cn N N N x N Cn Cn O x O r = O CJi � w N NJN " A W W W W W N A � � W C Cb �I O O O A J CA Cn O Ui N O N -N W N Cn W 3 '' CA O n CDN G _ i�: m 00 DU' 71 2N -0 000000 mmcn o= z � pi = QaQaQQO O � � � � � n � � � � � � 0 0p � C� D ooON -i � � � � 00CL m o � u, � v, � � x o00 0 � 07 70 0 CnCncnCnCnCn � map o0 coo coo00 0 — cu CD o o 0 0 o r- o p O O O m o -{ p m 0 o C C 3 N N — N N N N N N N N N NJ N N N N — N .� N � Cfl O O Co O O O I Cp O O O O O O O O O O O CO O I CD— Co — W O CO CD CD CO CD O O p� O CD O — O ---� -� O y O M W M CO Cn CDO W O Cn (n Cn Cn v v v Cfl C O 9 J, 00 N N coo D D ao D D W N A W O M M n' M Cfl -N M v W W M N W Cn N m O w Cn — M Cn O Cn 4�. ,l N �I M O O Cfl N N � m N x O O O c N Cn N v v Co 3 N Cn M Cn Co M M U A W co (n A 0) Cn O A W O W W (q \ > 1 = CnCn -N A -r�, Z0 - - - > � r ;r\ — O N N N O Cn �I v v Z N — d v A Cn Cfl O CO O Cn W W W N M c -N 0 0 A -N A -. w O O CD m Z W W W M M Cn C) Cn Cn Cn A — C A cnOco CD (D Cn -th. rnmW 3 p co O cr < °� c � tDn -0 -um0U) C.) c o zz m cn m �+ D a � 6 � 0 Dv 07 * a� < 0 < �j � prrX � c� o cfl mCD cn � mmm � m� CD .- p3 m -am3 s= D � O0 m� � � � � � m co CD n C: 0 w w W w O w 0 Cn Cn w CA A N C- 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 (July 2, 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. Olson Brothers Excavating, Inc. Bidder's Business Name Signature of Authorized Official* Steve Olson Printed Name Vice President Title 7/2/19 Puyallup WA Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Downey Farmstead Restoration Phase 2b/Dahl 18 June 12, 2019 Project Number: 18-3007.1 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 thirty (30) 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: 7/2/19 Olson Brothers Excavating, Inc. NAME OF BIDD Signature of Authorized Representative Steve Olson, Vice President (Print Name and Title) 6622 112th St. E. Address Puyallup, WA 98373 Downey Farmstead Restoration Phase 2b/Dahl 19 June 12, 2019 Project Number: 18-3007.1 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Olson Brothers Excavating, Inc. , as Principal, and Travelers Casualty and Surety Company of America , 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 Zb- Excavation/Project Number: 18-3007.1 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 2nd DAY OF July 2019. Olson Brothers Excavatin , Inc. PRINCIPAL Steve Olson, Vice Pres. Travelers Casu nd Sure many of America S ar ey s ' ' u, A orney-in-Fact 20_ Received return of deposit in the sum of $ Downey Farmstead Restoration Phase 2b/Dahl 20 ]une 12, 2019 Project Number: 18-3007.1 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Carley Espiritu,of Tacoma,Washington,their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. �!o`$Lcn gJ�tTY ANa d` ,. Z- 4 p OWWA r CONN' O ru. I State of Connecticut By: — City of Hartford ss. Robert L. Raney,Senior Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he,as such, being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. T� My Commission expires the 30th day of June,2021 mom- JL>Lz * *cps Mane C.Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority,and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this end day of fury , 2019 CL7 O q M l7i CORN, o l Kevin E. Hughes,Assi tant Secretary To verify the authenticity of this Power ofAttorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. 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 2b - Excavation Project Number: 18-3007.1 NAME OF PROJECT Olson Brothers Excavating, Inc. NAME OF BIDDER'S FIRM _ = Steve Olson, Vice President SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Downey Farmstead Restoration Phase 21b/Dahl 21 June 12, 2019 Project Number: 18-3007.1 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 # 11, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:f 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 21b/Dahl 22 June 12, 2019 Project Number: 18-3007.1 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (t) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and 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 2b/Dahl 23 June 12, 2019 Project Number: 18-3007.1 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......................................................................❑ Administrative Policy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in....................................................❑ Unit prices are correct.................................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................❑ Dateand signature......................................................................❑ Contractor's Qualification Statement ...................................................❑ Complete and notarized ..............................................................❑ Certification of Compliance with Wage Payment Statutes....................❑ Proposal Signature Page ......................................................................❑ All Addenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form......................................................................................❑ Signature, sealed and dated........................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 50/o of the total bid amount) Combined Declaration 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 2b/Dahl 24 June 12, 2019 Project Number: 18-3007.1 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT Bond No. 107110277 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Olson Brothers Excavating, Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Wash4 gtett,*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 $453,119.15 , 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. *Connecticut 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 2b — Excavation/Project Number: 18-3007.1 (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 2b/Dahl 25 June 12, 2019 Project Number: 18-3007.1 TWO WITH SES: Olson Brothers Excavating, tic. PRINCIPAL (enter principal's name above) AA6 BY: TITLE: Steve Olson, Vice President DATE: July 19th, 2019 DATE: July 19th, 2019 Kasey Samons CORPORATE SEAL: Bryce Sturrock PRINT NAME Travelers Casualty and Surety DATE:July 19th, 2019 Company of America SURETY CORPORATE SEAL: BY: , DATE: July 19th 2019 HARTFORDz= TITLE: Holli Albers Attorne -In-Fact CONN. �:�''`• �`a= ADDRESS: 1501 Fourth Ave.. Suite 1000 Seattle, WA 98101 //I14 11/11 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 Steve Olson Who signed the said bond on behalf of the Principal Vice President of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SE ARY OR ASSISTANT SECRETARY Downey Farmstead Restoration Phase 2b/Dahl 26 June 12, 2019 Project Number: 18-3007.1 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make, constitute and appoint Holli Albers ofTACOMA Washington their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. 41�,wAfry POSY ANC a T W MA �D R ,CO C[JI7c1 1( CONK. o SGW. State of Connecticut By: City of Hartford ss. Robert L. Raney, Se for Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. G T� My Commission expires the 30th day of June, 2021 `�wv C tAX mac+ 'ttp� Marie C.Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority,and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President, any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify taoAlweboY and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. �*� SJR4.r�, p�y+�I Dated this I-1 y da of sra t v:•• • -- HA FO S.Wcno a ¢ A CQ4N. 2 m CONN. o° ► �'�`".�+�4� `': .�'r $ 't �� '• 'V�� Gam^' •• Kevin E. Hughes,Assi tant Secretary To verify the authenticity of this Power of A ttorney, 'tse call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Olson Brothers Excavating, Inc. organized under the laws of the State of Washington located and doing business at 6622 112th St. E., Puyallup, WA. 98373 ("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 2b — Excavation/Project Number: 18-3007.1 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 thirty (30) 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 2b/Dahl 27 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 28 June 12, 2019 Project Number: 18-3007.1 CITY OF KENT BY: DANA RALPH, MAYO DATE: ATTES KIMBERLEY A. K OTO, CITY CLEkJ APP OVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR - Olson Brothers Excavating, Inc. BY: PRINT NAME: Steve Olson TITLE: Vice President DATE: 7/19/19 Downey Farmstead Restoration Phase 2b/Dahl 29 June 12, 2019 Project Number: 18-3007.1 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 Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Downey Farmstead Restoration Phase 2b/Dahl 30 June 12, 2019 Project Number: 18-3007.1 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. 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 2b/Dahl 31 June 12, 2019 Project Number: 18-3007.1 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:VI I. 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 2b/Dahl 32 June 12, 2019 Project Number: 18-3007.1 Client#: 12996 OLSOBROS ACORD, CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYW) 7 9/2019 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. Casey Jackson Propel Insurance PHONE 253 310-4142 FAX 86 A/C,No, A/C,No: 6 577-1326 Tacoma Commercial Insurance ADORIess: casey.jackson@propelinsurance.com Pacific Ave, Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 _ INSURER A:Bitco National Insuance Company 20109 INSURED INSURER B:Tokio Marine Specialty Insurance Compan 23850 Olson Brothers Excavating Inc. 6622 112th Street East INSURER C: ---- Puyallup,WA 98373 INSURER D: --- - - — 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR iWVD I POLICY NUMBER MM/DD/YYW MM/DDM YY LIMITS A X COMMERCIAL GENERAL LIABILITY CLP3675669 11/30/2018 11/30/2019 EACH OCCURRENCE 0 001000 CLAIMS-MADE X OCCUR PREMISES aoecu ante $300 OOO X PD Ded: $2,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGGATTE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY n ECOT � LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY CAP3675670 11/30/2018 11/30/201 Ea..i,.DtsINGLELIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ X rive Oth Car $ A X UMBRELLA LAB X OCCUR CUP2815778 11/30/2018 11/30/2019 EACH OCCURRENCE $2 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE s2,000,000 __ DE I X RETENTION$$1 O 000 $ A WORKERS COMPENSATION CLP3675669 11/30/2018 11/30/201 PER OTH- AND EMPLOYERS'LIABILITY T T E ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N WA Stop Gap E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? � 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 B Excess Liability PUB656401 11/30/2018 11/30/201 $3,000,000 Occurrene $3,000,000 Aggregate $10,000 Retention DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Downey Farmstead Restoration Phase 2b-Excavation -Project#18-3007.1 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 Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3725989/M3696229 CJ00 SCHEDULE OF FORMS AND ENDORSEMENTS NAMED INSURED POLICY NUMBER OLSON BROTHERS EXCAVATING, INC. CLP 3 675 669 GU-3076 (04/16) PRIVACY STATEMENT GU-4320 (05/04) ADVISORY NOTICE TO POLICYHOLDERS GU-5066 (08/16) POLICYHOLDER NOTICE GU-2368 (04/16) AUDIT INFORMATION GU-5032 (11/15) ADVISORY NOTICE TO POLICYHOLDERS GU 2510 (06/96) QUICK REFERENCE - COMMERCIAL GENERAL LIABILITY COVERAGE PART GU-2990 (05/00) FLOOD INSURANCE NOTICE GOX 2278 (12/92) SCHEDULE OF NAMED INSUREDS GOX 2281 (12/92) SCHEDULE OF PREMISES LOCATIONS GOX 2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS CLP-2584 (04/16) COMMERCIAL LINES POLICY DECLARATIONS IL 01 23 (11/13) WASHINGTON CHANGES - DEFENSE COSTS IL 01 46 (08/10) WASHINGTON COMMON POLICY CONDITIONS IL 01 57 (07102) WASHINGTON CHANGES - ACTUAL CASH VALUE IL 01 98 (09/08) NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT IL 09 35 (07102) EXCLUSION OF CERTAIN COMPUTER RELATED LOSSES IL 09 53 (01/15) EXCLUSION OF CERTIFIED ACTS OF TERRORISM IL 09 83 (01/08) WASHINGTON - AMENDMENT OF TERRORISM EXCLUSIONS GL-2438-PKG (04/16) COMMERCIAL GENERAL LIABILITY DECLARATIONS GOX-2446 (07/95) COMMERCIAL GENERAL LIABILITY SCHEDULE GOX-2446 (07/95) COMMERCIAL GENERAL LIABILITY SCHEDULE GOX-2446 (07/95) COMMERCIAL GENERAL LIABILITY SCHEDULE CG 00 01 (04/13) COMMERCIAL GENERAL LIABILITY COVERAGE FORM GL 687c (01/86) EXCLUSION (DISMANTLING, DEMOLITION, WRECKING OR SALVAGE OPERATIONS) GL-2784 (09/11) EXTENDED LIABILITY COVERAGE GL-3088 (09/11) LAND IMPROVEMENT CONTRACTORS EXTENDED LIABILITY COVERAGE L 1751b (09/14) EXCLUSION (ASBESTOS) L2399B (10/01) LIMITED POLLUTION COVERAGE - "WORK SITES" L 2474a (02/99) EXCLUSION - LEAD CG 03 00 (01/96) DEDUCTIBLE LIABILITY INSURANCE CG 04 35 (12107) EMPLOYEE BENEFITS LIABILITY COVERAGE CG 04 42 (11/03) STOP GAP - EMPLOYERS LIABILITY COVERAGE ENDORSEMENT - WASHINGTON CG 20 12 (04/13) ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS CG 01 97 (12107) WASHINGTON CHANGES - EMPLOYMENT-RELATED PRACTICES EXCLUSION CG 04 50 (05/08) WASHINGTON CHANGES - WHO IS AN INSURED CG 20 01 (04/13) PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION CG 21 09 (06/15) EXCLUSION - UNMANNED AIRCRAFT CG 21 73 (01/15) EXCLUSION OF CERTIFIED ACTS OF TERRORISM CG 21 86 (12/04) EXCLUSION - EXTERIOR INSULATION AND FINISH SYSTEMS CG 22 34 (04/13) EXCLUSION - CONSTRUCTION MANAGEMENT ERRORS AND OMISSIONS CG 22 79 (04/13) EXCLUSION - CONTRACTORS - PROFESSIONAL LIABILITY CG 26 77 (12104) WASHINGTON - FUNGI OR BACTERIA EXCLUSION GL-4105 (06/02) LIMITATION OF COVERAGE FOR INSUREDS WHO ARE INDIVIDUALS, TRUSTS OR ESTATES GL-4302 (09/14) SILICA EXCLUSION GL-4666 (01/11) EXCLUSION - ENGINEERS, ARCHITECTS OR SURVEYORS PROFESSIONAL LIABILITY GL-4697 (02112) WASHINGTON CHANGES GL-5057 (10/16) ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS GL-5058 (10/16) ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - ONGOING GOX-2279(12/92) SCHEDULE OF FORMS AND ENDORSEMENTS NAMED INSURED POLICY NUMBER OLSON BROTHERS EXCAVATING, INC. CLP 3 675 669 OPERATIONS GOX-2545A (04/11) COMMERCIAL PROPERTY SCHEDULE CP 00 10 (10112) BUILDING AND PERSONAL PROPERTY COVERAGE FORM CP 00 90 (07/88) COMMERCIAL PROPERTY CONDITIONS CP 10 30 (09/17) CAUSES OF LOSS - SPECIAL FORM CP O1 40 (07/06) EXCLUSION OF LOSS DUE TO VIRUS OR BACTERIA CP-2230 (05/17) EXTENDED PROPERTY COVERAGE CP O1 26 (10112) WASHINGTON CHANGES CP O1 60 (12/98) WASHINGTON CHANGES DOMESTIC ABUSE CP 01 79 (10112) WASHINGTON CHANGES EXCLUDED CAUSES OF LOSS CP-4753 (01/13) NEWLY ACQUIRED PROPERTY AT DESCRIBED PREMISES GOX-2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS NAMED INSURED POLICY NUMBER OLSON BROTHERS EXCAVATING, INC. CAP 3 675 670 GU-4497 (09/16) FLEET RISK MANAGEMENT INFORMATION GU-3076 (04/16) PRIVACY STATEMENT GU-4320 (05/04) ADVISORY NOTICE TO POLICYHOLDERS AF-9901 (09/05) STATED AMOUNT PHYSICAL DAMAGE COVERAGE GOX 2278 (12/92) SCHEDULE OF NAMED INSUREDS GOX 2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS AP-0003-1 (04/16) BUSINESS AUTO COVERAGE FORM DECLARATIONS AP-0003-2 (04/16) BUSINESS AUTO COVERAGE FORM DECLARATIONS PART 2 AP-0003-3 (04/16) BUSINESS AUTO COVERAGE FORM DECLARATIONS PART 3 AP-0003-4 (04/16) BUSINESS AUTO COVERAGE FORM DECLARATIONS PART 4 AP-0004 (10/13) BUSINESS AUTO COVERAGE FORM DECLARATIONS SUPPLEMENT HIRED OR BORROWED MOBILE EQUIPMENT OR FARM EQUIPMENT AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE AA-2709A (10/01) AUTO SCHEDULE IL O1 23 (11/13) WASHINGTON CHANGES - DEFENSE COSTS IL O1 46 (08/10) WASHINGTON COMMON POLICY CONDITIONS IL Ol 98 (09/08) NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT CA 00 01 (10/13) BUSINESS AUTO COVERAGE FORM CA 99 03 (10/13) AUTO MEDICAL PAYMENTS COVERAGE A-2931 (11/99) ADDITIONAL INSURED - SPECIFIC ENTITIES CA 04 44 (10/13) WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) CA 03 02 (10/13) DEDUCTIBLE LIABILITY COVERAGE CA 21 34 (10/13) WASHINGTON UNDERINSURED MOTORISTS COVERAGE CA 99 10 (10/13) DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR NAMED INDIVIDUALS CA 99 10 (10/13) DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR NAMED INDIVIDUALS CA 99 28 (10/13) STATED AMOUNT INSURANCE AP-0401 (10117) BROADENED COVERAGE - AUTOMOBILES CA Ol 35 (10/13) WASHINGTON CHANGES CA 23 45 (11/16) PUBLIC OR LIVERY PASSENGER CONVEYANCE AND ON-DEMAND DELIVERY SERVICES EXCLUSION CA 23 92 (10/13) WASHINGTON EXCLUSION OF TERRORISM CA 23 94 (10/13) SILICA OR SILICA-RELATED DUST EXCLUSION FOR COVERED AUTOS EXPOSURE A 200c (01/82) CERTIFICATE OF AUTOMOBILE INSURANCE AND LOSS PAYABLE CLAUSE ENDORSEMENT A 200c (01/82) CERTIFICATE OF AUTOMOBILE INSURANCE AND LOSS PAYABLE CLAUSE ENDORSEMENT A 200c (01/82) CERTIFICATE OF AUTOMOBILE INSURANCE AND LOSS PAYABLE CLAUSE ENDORSEMENT A 200c (01/82) CERTIFICATE OF AUTOMOBILE INSURANCE AND LOSS PAYABLE CLAUSE ENDORSEMENT CA 99 89 (05/01) WASHINGTON LOSS PAYABLE FORM REG-335 CA 99 89 (05/01) WASHINGTON LOSS PAYABLE FORM REG-335 CA 99 89 (05/01) WASHINGTON LOSS PAYABLE FORM REG-335 GOX-2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS NAMED INSURED POLICY NUMBER OLSON BROTHERS EXCAVATING, INC. CUP 2 815 778 GU-3076 (04-16) NOTICE PRIVACY STATEMENT GU-4320 (05-04) ADVISORY NOTICE TO POLICYHOLDERS - U.S. TREASURY DEPTS OFFICE OF FOREIGN ASSETS CONTROL ("OFAC") GU-4871 (04-16) POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE CUP 00 01D (04-16) COMMERCIAL UMBRELLA POLICY DECLARATIONS CUP 00 07 (03-97) COMMERCIAL UMBRELLA POLICY - SCHEDULE GOX2278 (12-92) SCHEDULE OF NAMED INSUREDS GOX2279 (12-92) SCHEDULE OF FORMS AND ENDORSEMENTS CUP 00 05 (01-10) COMMERCIAL UMBRELLA LIABILITY POLICY COVERAGE FORM CUP 00 13 (02-99) EXCLUSION - CONSTRUCTION MANAGEMENT ERRORS AND OMISSIONS CUP 00 40 (03-97) EMPLOYEE BENEFITS LIABILITY EXCESS COVERAGE CUP 00 51 (03-97) EMPLOYERS' LIABILITY LIMITATION ENDORSEMENT CUP 00 64 (01-11) EXCLUSION - ENGINEERS, ARCHITECTS OR SURVEYORS PROFESSIONAL LIABILITY CUP 00 69 (02-99) CONTRACTORS' LIMITATION ENDORSEMENT CUP 00 91 WA (05-05) EXCLUSION - FUNGUS OR BACTERIA CUP 00 93 (06-02) LIMITATION OF COVERAGE FOR INSUREDS WHO ARE INDIVIDUALS, TRUSTS OR ESTATES CUP 00 96 (01-15) EXCLUSION OF CERTIFIED ACTS OF TERRORISM CUP 00 98 (02-04) SILICA EXCLUSION CUP O1 45 (01-05) WASHINGTON CHANGES CUP O1 72 (07-01) POLLUTION EXCLUSION - FOLLOW FORM CUP 03 07 (06-04) EXCLUSION - DISMANTLING, DEMOLITION, WRECKING OR SALVAGE OPERATIONS CUP 03 11 WA (01-06) EXCLUSION OF TERRORISM CUP 03 12 (01-07) BLANKET EXCLUSION - DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED INSURANCE PROGRAM CUP 03 13 (01-07) BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US CUP 03 16 (01-11) CHANGES - OTHER INSURANCE - ADDITIONAL INSUREDS CUP 03 20 (12-13) EXCLUSION EXTERIOR INSULATION AND FINISH SYSTEMS CUP 24 73 (02-96) EXCLUSION LEAD GOX-2279(12/92) THIS ENDORSENEJVT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXTENDED LIABILITY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an 0 in the box next to the caption of such provision. A U Broad Form Named Insured F. U Chartered Aircraft B. 1 Bodily Injury Extension G. �X Coverage Territory Broadened C. U Employee As Insureds- Health Care Services H. U Medical Payments- Increased Limits D. ❑X Non-Owned Watercraft Liability I. �X Expanded Expected or Intended Exception E. U Liberalization J. U Property Perils Legal Liability K L X] Broadened Supplementary Payments A BROAD FORM NAMED INSURED SECTION II-WHO IS AN INSURED , Paragraph 3 is deleted and replaced by the following: 3. Any organization you newly acquire or form, except for a partnership, joint venture or limited liability company, and over which you maintain majority ownership or interest (51%or more) or for which you have assumed the active management, 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 the end of the policy period or the 12- month anniversary of the policy inception date, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; C. Coverage B does not apply to "personal and advertising injury' arising out of an offense committed before you acquired or formed the organization. B. BODILY INJURY EXTENSION SECTION V-DER"TIONS , Paragraph 3, is deleted and replaced by the following: 3. "Bodily injury' means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these, at any time. Mental anguish means any type of mental or emotional illness or disease. C. EMPLOYEES AS INSUREDS- HEALTH CARE SERVICES SECTION If-VW10 IS AN INSURED , Item 2.a(1xd) is deleted. GL-2784(09/11) -1- D. NON-OWNED WATERCRAFT LIABILITY SECTION I-COVERAGES,COVERAGE A,2 EXCLUSIONS , Item g.(2) is replaced with: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge. E LIBERALIZATION SECTION IV-CONDITIONS , is amended to include: 10. Liberalization If we adopt a change in our forms or rules which would broaden the coverage of this policy without an additional premium charge, the broader coverage will apply. This extension is effective upon the approval of such broader coverage in your state of domicile. F. CHARTERED AIRCRAFT SECTION I-COVERAGES , Coverage A, Exclusions, Item 2g.(6) is added: (6) An aircraft in which you have no ownership interest and that you have chartered with crew. G. COVERAGE TERRITORY BROADENED SECTION V-DEFINTIONS , Item 4.a is replaced with: a The United States of America (including its territories and possessions), Canada, Bermuda, the Bahamas. the Cayman Islands, British Virgin Islands and Puerto Roo. H. MEDICAL PAYMENTS-INCREASED LIMITS Unless COVERAGE C.-MEDICAL PAYMENTS is excluded from this policy: SECTION I-COVERAGES , Coverage C, Insuring Agreerneiit , Item c. is added: C. The medical expense limit provided by this policy shall be the greater of: (1) $10,000; or (2) The amount shown in the declarations. 1. EXPANDED EXPECTED or INTENDED EXCEPTION SECTION I-COVERAGES , 2. Exclusions Item a is amended as follows: 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. GL-2784(09/11) -2- J. PROPERTY PERILS LEGAL LIABILJTY A SEC11ON I - COVERAGES, COVERAGE A, 2 Exclusions, the last paragraph following exclusion q. is replaced with: Exclusion c. through n., do not apply to damage by fire, explosion, smoke, water damage, sprinkler leakage, or lightning to premises while rented to you or temporarily occupied by you with the permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III-UMTS OF INSURANCE . B SECTION III-UMTS OF INSURANCE , Item 6. is replaced with: 6. Subject to 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 premses Mile rented to you, or in the case of damages by fire, explosion, smoke, water damage, sprinkler leakage or lightning, while rented to you or temporarily occupied by you with the permission of the owner, arising out of any one fire, explosion, smoke, water damage, sprinkler leakage or lightning incident. The Damage to Premises Rented to You Limit provided by this policy shall be the greater of: 1. $300,000 or 2 The amount shown in the declarations. C. SECTION IV - COMVERCIAL GENERAL LIABILITY CONDITIONS, Item 4.b.(1xa)(ii) is replaced with: (ii) That is fire, explosion, smoke, water damage, sprinkler leakage or lightning insurance for premises while rented to you or temporarily occupied by you with the permission of the owner. D. SECTION V-DEF1"-nONS , Item 9.a is replaced with: 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, explosion, smoke, water damage, sprinkler leakage or lightning to premises while rented to you or temporarily occupied by you with the permission of the owner is not an"insured contract." K BROADENED SUPPLE VENTARY PAYMENTS SECTION I - COVERAGES, SUPPLEIVEMARY PAYMBgTS - Coverages A and B, Item 1.b. and 1.d. are replaced with: 1.b. The cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 1.d. Al reasonable expenses incurred by the insured at our request to assist us 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. GL-2784(09/11) -3- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ rr CAREFULLY. LAND INPROVENENT CONTRACTORS EXTENDED UABILITY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL UABIUITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an F7X in the box next to the caption of such provision. A X Partnership and Joint Venture Extension M. U Construction Project General Aggregate Lints B. XX Contractors Automatic Additional Insured N. FT Fellow Employee Coverage Coverage—Ongoing Operations C. H] Automatic Waiver of Subrogation O' [1] Propel'Damage to the Named Insureds Work D. U Extended Notice of Cancellation, Nonrenewal P. 17X Care, Custody or Control Q ( X J Dectronic Data Liability Coverage E. U Unintentional Failure to Disclose Hazards R. U Consolidated Insurance Program Residual F. U Broadened Mobile Equipment Liability Coverage G. X Personal and Advertising Injury-Contractual S. 7X Automatic Additional Insureds—Managers or Coverage Lessors of Premises H. E Nonemployment Discrimination T. CX J Automatic Additional Insureds—State or Governmental Agency or Political I. Uj Liquor Liability Subdivisions—Permits or Authorizations J. LXJ Broadened Conditions U. U Contractors Automatic Additional Insured Coverage—Completed Operations K J X J Automatic Additional Insureds—Equipment Leases V. 0 Additional Insured—Engineers, Architects or Surveyors L. OX Insured Contract Extension- Railroad Property and Construction Contracts A PARTNERSHIP AND JOINT VENTURE EXTENSION The following provision is added to SECTION II-WHO IS AN INSURED The last full paragraph which reads as follows: No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or linted liability company that is not shown as a Named Insured in the Declarations is deleted and replaced with the following: With respect to the conduct of any past or present joint venture or partnership not shown as a Named Insured in the Declarations and of which you are or were a partner or member, you are an insured, but only with respect to liability arising out of "your work" on behalf of any partnership or joint venture not shown as a Named Insured in the Declarations, provided no other similar liability insurance is available to you for"your work' in connection with your interest in such partnership or joint venture. GL-3088(09/11) -1- B. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE—ONGOING OPERATIONS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions; or 2 The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s)at the project(s)designated in the written contract. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to"bodily injury"or"property damage"occurring after: 1. Al work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or 2 That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. C. AUTOMATIC WAIVER OF SUBROGATION Item 8. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: 8. Transfer of Flights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of"your work"for that person or organization. D. EXTENDED NOTICE OF CANCELLATION,NONRENEWAL Item Alb. of the COMMON POLICY CONDITIONS , is deleted and replaced with the following: A.2b. 60 days before the effective date of the cancellation if we cancel for any other reason. Item 9. of SECTION IV- COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and replaced with the following: 9. WHEN WE DO NOT RENEW GL-3088(09/11) -2- a If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b. If we do not give notice of our intent to nonrenew as prescribed in a above, it is agreed that you may extend the period of this policy for a maximum additional sixty(60) days from its scheduled expiration date. Where not otherwise prohibited by law. the existing terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one time sixty day extension is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a above. E UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. F. BROADENED MOBILE EQUIPM ff Item 12b. of SECTION V-DEF1N111ONS , is deleted and replaced with the following: 12b. Vehicles maintained for use solely on or next to premises, sites or locations you own, rent or occupy. G. PERSONAL AND ADVERTISING INJURY-CONTRACTUAL COVERAGE Exclusion 2e. of SECTION I,COVERAGE B is deleted. H. NONEMPLOYN -W DISCRIMNATION Unless"personal and advertising injury' is excluded from this policy: Item 14,, of SECTION V-DEFINI11ONS , is amended to include: Personal and advertising injury also means embarrassment or humiliation, mental or emotional distress, physical illness, physical p y p y impairment, loss of earning capacity or monetary loss, which is caused by"discrimination." SEC11ON V-DEFINMONS , is amended to include: 'Discrimination" means the unlawful treatment of individuals based on race, color, ethnic origin, age, gender or religion. Item 2 Exclusions of SECTION 1,COVERAGE B , is amended to include: "Personal and advertising injury' arising out of "discrimination" directly or indirectly related to the past employment, employment or prospective employment of any person or class of persons by any insured; "Personal and advertising injury' arising out of "discrimination" by or at your, your agents or your "employees"direction or with your,your agents or your"employees" knowledge or consent; "Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the sale, rental, lease or sub-lease or prospective sale, rental, lease or sub-lease of any dwelling, permanent lodging or premises by or at the direction of any insured; or Fines, penalties, specific performance or injunctions levied or imposed by a governmental entity, or governmental code, law, or statute because of"discrimination." GL-3088(09/11) -3- I. LIQUOR LIABILITY Exclusion 2.c. of SECTION I,COVERAGE A , is deleted. J. BROADENED CONDITIONS Items 2.a. and 2.b. of SECTION IV - COMVERCIAL GENERAL LIABILITY CONDITIONS, are deleted and replaced with the following: 2 Duties In The Event Of Occurrence,Offense,Claim Or Suit: a You must see to it that we are notified of an "occurrence" or an offense which may result in a claim as soon as practicable after the "occurrence" has been reported to you, one of your officers or an"employee"designated to give notice to us. Notice should include: (1) How, when and where the"occurrence"or offense took place; (2) The names and addresses of any injured persons and witnesses;and (3) The nature and location of any injury or damage arising out of the"occurrence"or offense. b. If a claim is made or"suit" is brought against any insured, you must: (1) Record the specifics of the claim or "suit" and the date received as soon as you, one of your officers, or an"employee"designated to record such information is notified of it; and (2) Notify us in writing as soon as practicable after you, one of your officers, your legal department or an "employee" you designate to give us such notice learns of the claims or "suit." Item 2.e. is added to SECTION IV-COMVERC IAL GENERAL LIABILITY CONDMONS 2.e. If you report an "occurrence" to your workers compensation insurer which develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such"occurrence"to us at the time of "occurrence" shall not be deemed in violation of paragraphs Za., 2.b., and 2.c. However, you shall give written notice of this "occurrence" to us as soon as you are made aware of the fact that this"occurrence"may be a liability claim rather than a workers compensation claim. K AUTOMATIC ADDITIONAL INSUREDS-EQUIPWNT LEASES SECTION II - WHO IS AN INSURED is amended to include any person or organization with whom you agree in a written equipment lease or rental agreement to name as an additional insured with respect to liability for"bodily injury', "property damage"or"personal and advertising injury"caused, at least in part, by your maintenance, operation, or use by you of the equipment leased to you by such person or organization, subject to the following additional exclusions. The insurance provided to the additional insured does not apply to: 1. 'Bodily injury"or"property damage"occurring after you cease leasing the equipment. 2. "Bodily injury"or"property damage"arising out of the sole negligence of the additional insured. 3. "Property damage"to: a Property owned, used or occupied by or rented to the additional insured; or b. Property in the care, custody or control of the additional insured or over which the additional insured is for any purpose exercising physical control. GL-3088(09/11) -4- This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. L INSURED CONTRACT EXTENSION-RAILROAD PROPERTY AND SUCTION CONTRACTS Item 9. of SECTION V-DEFIWONS , is deleted and replaced with the following. 9. "Insured Contract" means: a A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an"insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury' or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. M CONSTRUCTION PROJECT GENERAL AGGREGATE LIMITS This modifies SECTION III-LIMITS OF INSURANCE A For all sums which can be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C: GL-3088(09/11) -5- 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2 The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing"suits." 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which cannot be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I-COVERAGE C : 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products- Completed Operations Aggregate Limit, whichever is applicable; and 2 Such payments shall not reduce any Construction Project General Aggregate Limit. C. Payments for damages because of "bodily injury' or "property damage" included in the "products- completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E The provisions of SECTION III - LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to be applicable. N. FELLOW EMPLOYEE COVERAGE Exclusion Ze. Employers Liability of SECTION I, COVERAGE A, is deleted and replaced with the following: 2e. "Bodily injury"to (1) An"employee"of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured's business;or GL-3088(09/11) -6- (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of paragraph(1) above. This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to: (1) Liability assumed by the insured under an"insured contract"; or (2) Liability arising from any action or omission of a co-"employee" while that co-"employee" is either in the course of his or her employment or performing duties related to the conduct of your business. Item 2.a(1)(a) of SECTION II-WHO IS AN INSURED , is deleted and replaced with the following: Za.(iKa) To you, to your partners or members (if you are a partnership or joint venture) or to your members (if you are a limited liability company), or to your "volunteer workers" while performing duties related to the conduct of your business. O. PROPERTY DAMAGE TO THE NAMED INSURED'S WORK Exclusion 1 of SECTION I,COVERAGE A is deleted and replaced with the following: I. Dame to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products completed operation hazard." This exclusion applies only to that portion of any loss in excess of $50,000 per occurrence if the damaged work and the work out of which the damage arises was performed by you. This exclusion does not apply if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. P. CARE,CUSTODY OR CONTROL Exclusion 2.jA of SECTION I,COVERAGE A is deleted and replaced with the following: 2.j.4 Personal property in the care, custody or control of the insured. However, for personal property in the care, custody or control of you or your "employees," this exclusion applies only to that portion of any loss in excess of$25,000 per occurrence, subject to the following terms and conditions: (a) The most that we will pay under this provision as an annual aggregate is $100,000, regardless of the number of occurrences. (b) This provision does not apply to "employee" owned property or any property that is missing where there is not physical evidence to show what happened to the property. (c) The aggregate limit for this coverage provision is part of the General Aggregate Limit and SECTION III-LIMITS OF INSURANCE is changed accordingly. (cl) In the event of damage to or destruction of property covered by this exception, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto, at actual cost to you, exclusive of prospective profit or overhead charges of any nature. GL-3088(09/11) -7- (e) $2,500 shall be deducted from the total amount of all sums you became obligated to pay as damages on account of damage to or destruction of all property of each person or organization, including the loss of use of that property, as a result of each "occurrence." Our limit of liability under the endorsement as being applicable to each "occurrence" shall be reduced by the amount of the deductible indicated above; however, our aggregate limit of liability under this provision shall not be reduced by the amount of such deductible. The conditions of the policy, including those with respect to duties in the event of "occurrence," claims or "suit" apply irrespective of the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. Q. ELECTRONIC DATA UABILJTY COVERAGE 1. Exclusion 2p. Electronic Data of SECTION I, COVERAGE A, is deleted and replaced with the following: 2p. Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. 2 The following definition is added to SECTION V—DEFINITIONS: "Dectronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-RUMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 3. For the purposes of this coverage, the definition of "property damage" in SECTION V — DEF1NITIONS is replaced by the following: "Property damage„means: a. Physical injury to tangible property, including all resulting loss of use of that property. Al such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the"occurrence"that caused it; or C. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of"electronic data"shall be deemed to occur at the time of the'occurrence"that caused it. For the purposes of this insurance, "electronic data" is not tangible property. R. CONSOLJDATED INSURANCE PROGRAM RESIDUAL LIABILITY COVERAGE With respect to "bodily injury', "property damage", or `personal and advertising injury' arising out of your ongoing operations; or operations included within the"products-completed operations hazard', the policy to which this coverage is attached shall apply as excess insurance over coverage available to `you" under a Consolidated Insurance Program (such as an Omer Controlled Insurance Program or Contractors Controlled Insurance Program). Coverage afforded by this endorsement does not apply to any Consolidated Insurance Program involving a "residential project" or any deductible or insured retention, specified in the Consolidated Insurance Program. The following is added to Section V—Definitions GL-3088(09/11) -8- "Residential project" means any project where 300%or more of the total square foot area of the structures on the project is used or is intended to be used for human residency. This includes but is not limited to single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments and appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). A"residential project' does not include military owned housing, college/university owned housing or dormitories, long term care facilities, hotels, motels, hospitals or prisons. Al other terms, provisions, exclusions and limitations of this policy apply. S. AUTOMATIC ADDITIONAL INSUREDS-MANAGERS OR LESSORS OR PREMSES SECTION II—WHO IS AN INSURED is amended to include: Any person or organization with whom you agree in a written contract or written agreement to name as an additional insured but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises, designated in the written contract or written agreement, that is leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any`occurrence"which takes place after you cease to be a tenant in that premises. 2 Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured listed in the written contract or written agreement. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. T. AUTOMATIC ADDITIONAL INSUREDS — STATE OR GOVERNMENTAL AGENCY OR POLITICAL SUBDIVISIONS—PERMITS OR AUTHORIZATIONS SECTION II — WHO IS AN INSURED is amended to include any state or governmental agency or subdivision or political subdivision with whom you are required by written contract, ordinance, law or building code to name as an additional insured subject to the following provisions: This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. This insurance does not apply to: 1. "Bodily injury', "property damage" or "personal and advertising injury' arising out of operations performed for the federal government, state or municipality; or 2 "Bodily injury'or"property damage"included within the"products-completed operations hazard'. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. U. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE—CONPLE?ED OPERATIONS GL-3088(09/11) -9- SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the project designated in the contract, performed for that additional insured and included in the"products-completed operations hazard". This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. V. ADDITIONAL INSURED—ENGINEERS,ARCHTECTS OR SURVEYORS SECTION II — WHO IS AN INSURED is amended to include as an additional insured any architect, engineer or surveyor who is required by written contract to be an additional insured on your policy, but only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused, in Mole or in part, by: 1. Your acts or omissions; or 2 The acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. This includes such architect, engineer or surveyor, who may not be engaged by you, but is contractually required to be added as an additional insured to your policy. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury', "property damage" or "personal and advertising injury' arising out of the rendering of or the failure to render any professional services, including: 1. The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or 2 Supervisory, inspection or engineering services. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. In that event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. GL-3088(09/11) -10- COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This insurance is primary to and will not seek additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 Policy Number: COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - SPECIFIC ENTITIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM WHO IS AN INSURED is changed to include as an "insured" the person or organization named in this endorsement. However, the additional insured is an "insured" only for "bodily injury" or "property damage" arising out of work or operations performed by you or on your behalf for the additional insured and resulting from the ownership, maintenance or use of a "covered auto," by: 1. You, or 2. Any of your employees or agents; or 3. Anyone other than the additional insured or any employee or agent of the additional insured, while using with your permission a covered "auto" you own, hire or borrow. ADDITIONAL INSURED: Any person or organization for whom the named insured has agreed by written "insured contract" to designate as an additional insured subject to all the provisions and limitations of this policy. A-2931 (11/99) POI JCY NUMBER: COMWMAL AUTO CA04441013 THIS ENDORSENEM CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF 1TIA 4SFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: i Endorserrent Effective Date: SCHEDULE Names)Of Persons)Or Organization(s): "Any person or organization for whom the named insured is operating under written contract when such contract requires a waiver of subrogation. " Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 ©Insurance Services Office, Inc.,2011 Page 1 of 1 BITCO GENERAL INSURANCE CORPORATION BITCO NATIONAL INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ rr CAREFULLY. BROADENED COVERAGE-AUTOMOBILES The following modifies insurance provided under: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by this endorsement. 1 - Broad Form Named Insured 11 - Bodily Injury Extension 2- Automatic Waiver of Subrogation 12- Hired Auto Physical Damage 3- Automatic Additional Insured 13- Enhanced Supplementary Payments 4- Primary and Noncontributory-Other Insurance 14- Fellow Employee Coverage for Designated Condition Positions 5- Unintentional Failure to Disdose Hazards 15- Physical Damage—Transportation Expenses 6- Extended Notice of Cancellation, Non-Renewal 16- Rental Reimbursement Coverage 7- When We Do Not Renew 17- Loan/Lease Gap Coverage 8- Notice of Knowledge of Accident or Loss 18- Accidental Air Bag Discharge Coverage 9- Employees as Insured 19- Glass Repair—Waiver of Deductible 10- Employee Hired Autos 1. BROAD FORM NANED INSURED SECTION II.A 1.-WHO IS AN INSURED - Paragraph d. is added: d. Any organization you newly acquire or form, except for a partnership, joint venture or limited liability company, and over which you maintain majority ownership or interest (51%or more)or for which you have assumed the active management, will qualify as a Named Insured if there is no other similar insurance available to that organization. However, coverage under this provision is only afforded until the end of the policy period or the 12-month anniversary of the policy inception date, whichever is earlier. 2. AUTOMATIC WAIVER OF SUBROGATION Section IV— Business Auto Conditions, Paragraph A5., Transfer of Rights of Recovery Against Others to Us, is deleted and replaced with the following: a. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for damages under this coverage form. AP-0401 (10/17) -1- 3. AUTOMATIC ADDITIONAL INSURED SECTION II — VIMiO IS AN INSURED, Paragraph Al, is amended to include as an "insured" any person or organization who is required by written contract or agreement to be an additional insured on your policy, but only with respect to liability arising out of operations performed by you or on your behalf for the additional insured. 4, PRIMARY AND NONCONTRIBUTORY-OTHER INSURANCE CONDMON The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance - Primary And Excess Insurance Provisions in the Nlotor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an"insured"under your policy provided that: 1. Such"insured" is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such"insured". 5. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. 6. EXTENDED NOTICE OF CANCELLATICK NON-RENEWAL The CONNION POLICY CONDMONS , Item Alb. is deleted and replaced with the following: Alb. 60 days before the effective date of the cancellation if we cancel for any other reason. 7. VVHEN WE DO NOT RENEW SECTION IV—BUSINESS AUTO CONDITIONS , is amended to add Item B.9.: a If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b. If we do not give notice of our intent to nonrenew as prescribed in a above, it is agreed that you may extend the period of this policy for a maximum additional sixty (60) days from its scheduled expiration date. VVhere not otherwise prohibited by law, the existing terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one-time sixty-day extension is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a above. 8. NOTICE OF KNOWLEDGE OF ACCIDENT OR LOSS SECTION IV-BUSINESS AUTO CONDMONS , Item Ala is deleted and replaced with the following: 2. Duties in the Event of Accident,Claim Suit or Loss: a You must see to it that we are notified of an "accident", "claim", "suit" or "loss" which may result in a claim as soon as practicable after the "occurrence" has been reported to you, a partner, a member, an officer, or an employee designated to give notice to us. Notice should include: (1) How,when and where the"accident"or"loss"occurred; AP-0401 (10/17) -2- (2) The"insureds" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 9. EMPLOYEES AS INSURED The following is added to the Section II - Covered Autos Liability Coverage, Paragraph Al. Who Is An Insured provision: Any"employee"of yours is an"insured"while using a covered"auto"you don't own, hire or borrow in your business or your personal affairs. 10. EMPLOYEE FIRED AUTOS A Changes In Covered Autos Liability Coverage The following is added to the Who Is An Insured Provision: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. B. Changes In General Conditions Paragraph 5.b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph 51 of the Other Insurance-Primary And Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: 1. Any covered"auto"you lease, hire, rent or borrow, and 2. Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered"auto". 11. BODILY INJURY EXTENSION SECTION V-DEFINITIONS , Paragraph C. is deleted and replaced by the following: C. "Bodily injury' means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these, at any time. Mental anguish means any type of mental or emotional illness or disease. 12 HIRED AUTO PHYSICAL DAMAGE SECTION III.A4.- Coverage Extensions - Paragraph c. is added: G. Fired Auto Physical Danmge If Comprehensive, Specified Causes of Loss or Collision coverage is provided under this policy, then Hired Auto Physical Damage is provided for that coverage part subject to the following: (1) The most we will pay for any one "accident" or "loss" under this Hired Auto Physical Damage Coverage is the lesser of: (a) The any one"Accident"or"Loss"amount of$100,000; (b) The actual cash value; or AP-0401 (10/1 7) -3- (c) Cost of repair. Our obligation to pay for a loss in c.(1) above will be reduced by a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. The deductible will be waived for'loss"caused by fire or lightning. (2) Subject to paragraph c.(1). above, we will provide coverage equal to the broadest physical damage coverage applicable to any covered"auto"shown in the declarations. (3) When you are required by written contract to indemnify a lessor for actual financial loss because of loss of use of a hired"auto" resulting from a covered"accident"or"loss", we will cover that financial loss subject to the limit specified in paragraph c.(1). 13. ENHANCED SUPPLEVENTARy PAYMENTS SECTION II.A.Za. COVERAGE EXTENSIONS, Supplementary Payments (2) and (4) are replaced by the following: (2) Up to$2,500 for the cost of bail bonds (including bonds for related traffic laws violations) required because of an"accident"we cover. We do not have to furnish these bonds. (4) Al reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to$350 a day because of time off from work. 14. FELLOW EMPLOYEE COVERAGE FOR DESIGNATED POSITIONS The Fellow Employee Exclusion contained in Section 11.8.5. does not apply to the following positions or job titles: foreman, supervisor, manager,officer, partner or other senior level "employee". Coverage is excess over all other collectible insurance. 15. PHYSICAL DAMAGE-TRANSPORTATION EXPENSES SECTION III.A.4.a Transportation Expenses is replaced by the following: a Transportation Expenses We will pay up to$50 per day to a maximum of$1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto". We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Cause of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policys expirations,when the covered"auto"is returned to use or we pay for its"loss". For autos provided with temporary transportation expense, the following physical damage coverage will apply: (1) The most we will pay for any one"accident"or'loss"under the temporary transportation expense physical damage coverage is the lessor of: (a) The any one"Accident"or"Loss"amount of$100,000; (b) The actual cash value; or (c) Cost of repair. Our obligation to pay for a loss in a.(1) above will be reduced by a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. The deductible will be waived for"loss"caused by fire or lightning. AP-0401 (10/17) -4- (2) Subject to paragraph a.(1). above, we will provide coverage equal to the broadest physical damage coverage applicable to any covered"auto"shown in the declarations. (3) When you are required by written contract to indemnify a lessor for actual financial loss because of loss of use of a hired "auto" resulting from a covered "accident" or "loss", we will cover that financial loss subject to the limit specified in paragraph a.(1). 16. RENTAL REINBURSENENT COVERAGE SECTION III.A.4.-Coverage Extensions - Paragraph d. is added. d. If you carry Comprehensive, Specified Causes of Loss or Collision coverage for the damaged covered "auto" as provided under this policy, then Rental Reimbursement Coverage is provided for that coverage part subject to the following: 1. We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" other than theft, to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. 2. We will only pay for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the polic)ls expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered"auto"; or, (b) 30 days. (c) Our payment is limited to the lesser of the following amounts: (1) Necessary and actual expenses incurred;or (2) $50 per day. 17. LOANILEASE GAP COVERAGE Physical Damage Coverage is amended by the addition of the following: In the event of a total "loss" to a covered "auto", we will pay your additional legal obligation for any difference between the actual cash value of the "auto" at the time of the loss and the 'outstanding balance"of the loan/lease, not to exceed$2,500 for any one vehicle or$25,000 annually in aggregate. For the purposes of this endorsement, 'outstanding balance" means the amount you owe on the loan/lease at the time of loss less any amounts representing taxes, overdue payments, penalties, interest or charges resulting from overdue payments, additional mileage charges, excess wear and tear charges or lease termination fees, costs for extended warranties, credit Life Insurance; Health, Accident or Disability Insurance purchased with the loan or lease; and carry-over balances from previous loans or leases. 18. ACCIDENTAL AIR BAG DISCHARGE COVERAGE SECTION III.B.3.a-Exclusions .This exclusion does not apply to the accidental discharge of an air bag. 19. GLASS REPAIR-WAIVER OF DEDUCTIBLE SECTION III.D-Deductible is replaced with the following: 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. The deductible does not apply to glass damage if the glass is repaired rather than replaced. AP-0401 (10/17) -5. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US The Transfer of Rights of Recovery Against Others to Us Condition 16. of SECTION V is amended by the addition of the following: If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of"your work"for that person or organization. CUP 03 13 01 07 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU 1 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 ................................................. 1-24 1-09 Measurement and Payment ..................I........................... 1-28 1-10 Temporary Traffic Control ................................................ 1-29 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Roadside Cleanup...................... 2-1 2-03 Roadway Excavation and Embankment .............................. 2-1 2-07 Watering ....................................................................... 2-3 DIVISION4 BASES.................................................................... 4- 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 DOWNEY FARMSTEAD RESTORATION CONSTRUCTION STORMWATER GENERALPERMIT ........................................................................... A-2 KING COUNTY PERMITS: SHORELINE EXEMPTION AND CLEARING AND GRADING PERMIT................................................................... A-3 TRAFF I C CONTROL PLANS .............................................................. A-4 PREVA I L I NG WAGE RATES.............................................................. A-5 Downey Farmstead Restoration Phase 2b/Dahl June 12, 2019 Project Number: 18-3007.1 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. D I V I S I ON 1 - GENERAL RE 1 REMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1 -01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BYADDING 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 2b/Dahl 1 - 1 June 12, 2019 Project Number: 18-3007.1 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the Downey Farmstead Restoration Phase 2b/Dahl 1 - 2 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 1 - 3 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 1 - 4 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 1 - 5 June 12, 2019 Project Number: 18-3007.1 proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 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 2b/Dahl 1 - 6 June 12, 2019 Project Number: 18-3007.1 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance 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 2b/Dahl 1 - 7 June 12, 2019 Project Number: 18-3007.1 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 BY ADDING 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 2b/Dahl 1 - 8 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 1 - 9 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 1 - 10 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 1 - 11 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 1 - 12 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 1 - 13 June 12, 2019 Project Number: 18-3007.1 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: 1-05.1 O Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed 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. Downey Farmstead Restoration Phase 2b/Dahl 1 - 14 June 12, 2019 Project Number: 18-3007.1 SECTION 1-05. 14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 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 2b/Dahl 1 - 15 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 1 - 16 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 1 - 17 June 12, 2019 Project Number: 18-3007.1 1-07 LEGAL RELAT 1 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 2b/Dahl 1 - 18 June 12, 2019 Project Number: 18-3007.1 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. 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. Downey Farmstead Restoration Phase 2b/Dahl 1 - 19 June 12, 2019 Project Number: 18-3007.1 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. 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). Downey Farmstead Restoration Phase 2b/Dahl 1 - 20 June 12, 2019 Project Number: 18-3007.1 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, 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: Downey Farmstead Restoration Phase 2b/Dahl 1 - 21 June 12, 2019 Project Number: 18-3007.1 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- 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 Downey Farmstead Restoration Phase 2b/Dahl 1 - 22 June 12, 2019 Project Number: 18-3007.1 of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Tanaiya Anderson Jerry Steele 253-313-8961 (cell) 253-288-7532 206-391-1763 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Hong Nguyen 253-395-6926 425-449-6609 (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. SECTION 1-07.24 /S 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. Downey Farmstead Restoration Phase 2b/Dahl 1 - 23 June 12, 2019 Project Number: 18-3007.1 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. 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. Downey Farmstead Restoration Phase 2b/Dahl 1 - 24 June 12, 2019 Project Number: 18-3007.1 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 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 Downey Farmstead Restoration Phase 2b/Dahl 1 - 25 June 12, 2019 Project Number: 18-3007.1 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. 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. Downey Farmstead Restoration Phase 2b/Dahl 1 - 26 June 12, 2019 Project Number: 18-3007.1 Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete Downey Farmstead Restoration Phase 2b/Dahl 1 - 27 June 12, 2019 Project Number: 18-3007.1 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 BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the Downey Farmstead Restoration Phase 2b/Dahl 1 - 28 June 12, 2019 Project Number: 18-3007.1 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 or206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 Downey Farmstead Restoration Phase 2b/Dahl 1 - 29 June 12, 2019 Project Number: 18-3007.1 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: 1 . 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. 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 2b/Dahl 1 - 30 June 12, 2019 Project Number: 18-3007.1 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02. 1 IS 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. 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 price contract price per lineal foot for "Saw Cut Existing 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: Downey Farmstead Restoration Phase 21b/Dahl 2 - 1 June 12, 2019 Project Number: 18-3007.1 2-03.1 Description "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. Contractor will remain off of the newly constructed Frager Road to transport material off site. 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. "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 "Excavation, Including Haul and Disposal" per BCY, shall include all costs incurred from equipment, labor, temporary stockpiling, placement, transport and disposal of material. Any necessary movement of jersey barriers and silt fence will be incidental to the cost of this bid Downey Farmstead Restoration Phase 2b/Dahl 2 - 2 June 12, 2019 Project Number: 18-3007.1 item. Any damage done to roadway due to contractor related work will be repaired incidental to the 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. 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 each MGAL the water truck uses. Any cost associated with operating on site or traveling directly between the site and the hydrant (including installation and removal of the meter) will be incidental to the bid. 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 Downey Farmstead Restoration Phase 2b/Dahl 2 - 3 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 2 - 4 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 4 - 1 June 12, 2019 Project Number: 18-3007.1 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT M 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: 4. Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 5. The Engineer is not precluded from taking more tests above if deemed necessary. 6. 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 2b/Dahl 5 - 1 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 5 - 2 June 12, 2019 Project Number: 18-3007.1 percent of the maximum density determined by WSDOT Test Method 705). HMA Class '/2 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 2b/Dahl 5 - 3 June 12, 2019 Project Number: 18-3007.1 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as 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 BYADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The 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 2b/Dahl 8 - 1 June 12, 2019 Project Number: 18-3007.1 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 BYADD/NG 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 2b/Dahl 8 - 2 June 12, 2019 Project Number: 18-3007.1 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 8-09.3(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 2b/Dahl 8 - 3 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 8 - 4 June 12, 2019 Project Number: 18-3007.1 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 8-09.3(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 2b/Dahl 8 - 5 June 12, 2019 Project Number: 18-3007.1 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 BYADDING 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 2b/Dahl 8 - 6 June 12, 2019 Project Number: 18-3007.1 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 SECT/ON 8-09.3(9)D /S SUPPLEMENTED BYADD/NG 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. SECT/ON 8-09.3 /S SUPPLEMENTED BYADDING THE FOLLOWING NEW SECT/ON: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock 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. SECT/ON 8-01.5 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding, Fertilizing and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the 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 2b/Dahl 8 - 7 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 8 - 8 June 12, 2019 Project Number: 18-3007.1 DIVISION 9 - MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECT/ON 9-14.2 /S 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% Highland Colonial Bent grass 98% 90% 0.5% 10% White Clover (Pre-inoculated) 98% 90% 0.5% 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 SECT/ON 9-14.4 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 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. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Downey Farmstead Restoration Phase 2b/Dahl 9 - 1 June 12, 2019 Project Number: 18-3007.1 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 2b/Dahl 9 - 2 June 12, 2019 Project Number: 18-3007.1 KENT STANDARD PLANS 6-64 Flexible Pavement Patching Transverse Cut 6-65 Flexible Pavement Patching Longitudinal Cut Downey Farmstead Restoration Phase 2b/Dahl A - 1 June 12, 2019 Project Number: 18-3007.1 DOWNEY FARMSTEAD RESTORATION CONSTRUCTION STORMWATER GENERAL PERMIT Downey Farmstead Restoration Phase 2b/Dahl A - 2 June 12, 2019 Project Number: 18-3007.1 f � a W STATE OF WASHINGTON DEPARTMENT OF ECOLOGY 111£3 Box 47600 •Olympia, WA 98504-7600 * 360-407-6000 711 for Washington Relay Service • Persons with a speech disability Can Call 877-833-6341 July 27,2018 Paul Kuehne City of Kent, Public Works 220 4"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 Mullen Slough Kent, WA County: King Disturbed Acres: 18 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 ww-.ecoloizY wagov/eCoveraize- packet. 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.ecy.wa.siov/Droarams/wg/t)er�nits/paris/webdmr.htmi. if you have questions, contact the portal staff at (360) 407-7097 (Olympia area), or(800)633-6193/option 3, or email WOWebPortal(a ecy.wa sov. Paul Kuehne July 27, 2018 Page 2 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 43.21 B.001(2). For more information regarding your right to appeal, go to https:Hfortress wa gov/ecy/publications/SummarvPazes/1710007.htnil 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. I Questions or Additional Information Ecology is committed to providing assistance. Please review our web page at www.ecology.wa.Gov/constructionstormwaterpermit. 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, 4�4� Vincent McGowan, Manager Program Development Services Section Water Quality Program KING COUNTY PERMITS Shoreline Exemption Clearing and Grading Downey Farmstead Restoration Phase 2b/Dahl A - 3 June 12, 2019 Project Number: 18-3007.1 k,9 Ding County Department of Permitting February 21, 2017 and Environmental Review 35030 SE Douglas St., Suite 210 Snoclualmie, WA 98065-9266 206-296-6600 TTY 206-296-7217 �6Lvv a-k I ng co u n ty Mggy EXEMPTION FROM SHORELINE SUBSTANTIAL DEVELOPMENT PERMIT GRDE13-0018 Applicant: City of Kent 400 West Gowe Street, Suite 200 Kent, WA 08032-5895 (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 mainstern 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. The Downey Farmstead,Restoration Project will excavate 1,875,finear-, feet (ILF) 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 Read S., Kent, WA; SE % Section 23, Township 22 North, Range 4 East; Parcel Vs 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 material's 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 GRDE13-0018 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. . 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, 2011 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 leach into surface waters. The City of Kent RE: GRDE13-0018, 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. 16. 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.bottheimOAinocounty.gov . 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 a Department of Permitting and Environmental Review � t 35030 SE Douglas St.,Ste,210 Snoqualmie,WA 98065-9266 206-296-6600 17Y 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(PREA12-0269) 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,call 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.0 C,16.28 and other applicable County Codes. Owner/Applicant Signature Title Date aal-all-0026 printed: 5/24/2018 Page 1 of 2 kaPermit: GRDE13-0018 KingCmay Department of Permitting and Environmental Review 35030 SE Douglas St..Ste 210 Snoqualmie,WA 98065-9266 206-296-6600 TTY 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: 1. 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-all-0026 printed: 5/24/2018 Page 2 of 2 Departnient of Permitting and Environmental Review 35030 SF_,Douglas St.,Ste,210 k19 Snoqualmie,WA 98065-9266 Kin C�►Unt 206-296-6600 'ITY Relay: 711 "+ J 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 (PREA12-0269) Valuation: $0.00 Reviewed By: General Conditions: Joe Barto,(206)477-0374,Joe.Barto�a kingcounty.gov General Conditions: Steve Bottheim,(206)477-0372,Steve.Bottheini(ir kingeoutit,.gov Planting: Joe Barto,(206)477-0374,Joe.Barto,,q),kingcounty.gov Shoreline: Steve Bottheim,(206)477-0372,St ce i3�atlsc zn���? inge�urtty.gov Site: Steve Bottheim,(206)477-0372, Steve.Bottheiitt(;il-ingeoLuit)=.gov Site Development: Steve Bottheim,(206)477-0372.Stteve-Ilotthcinifc�!kingcount.y.gov Site Development: Joe Barto,(206)477-0374,Joe.Bartoukingcounty.gov AAF-ALL-0'022 v1,1 Printed On:5/24/2018 Page 2 o£6 Permit Number:GRDE13-0018 Permit Conditions Clearha_a and Grading General Conditions 1) 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. 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 Perinittee 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 WDOE 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). AAP-ALL-0022 vt t Printed On:5:24J2018 Page 2 of 6 Permit lumber.GltDE13-0018 10) G-38 Permittee shall comply with the conditions of the State of Washington Hydraulic Project Approval (HPA) 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#2322049046S 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 Bdrto,will be your point of contact to work through the road dedication process. Critical Areas Plant irg 1) PLANT-1 Project restoration planting must be installed per the approved plans(Sheets Pl-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 0,1 Nnted On:5/24/2018 Page 3 of 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 v1..I Printed On;5/24/2018 Page 4 of 6 Permit Number:GRIDE23-0018 ingineeriLi;' Site 1) Clearing-Limits Clearing Jim its 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 Controsl-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 TElSCP 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,perrnittee 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 21A.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 ?.-fir'-AIJ-0022 vL1 Printed On:5!2412018 Page 5 of 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.m.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 21 A.22. AAF-ALt:0022 vI.l i)inted On:Sf2412018 Page 6 d"6 TRAFFIC CONTROL PLANS Downey Farmstead Restoration Phase 2b/Dahl A - 4 June 12, 2019 Project Number: 18-3007.1 OV W O 0 - was hington Ave W WO r-a a a iyaz u O 0 C U � F O OF wOnOQ m KW a aNFQ 3 (n —Washington Ave N W Valley Hwy N. p - p; i u o m e w pZixg t On �NZO>m G UJ V i yw 000>O � wrc U' LL _ woa'o up mrcmu,w - aozoiv `n �ocozou'T _Wi.w io�fa w LL Beath Aye s O w> LL h LL w< soa oQ uo> NNnzir Wp o -z° -P - o"ago LL (= pmLLLL >w .N 1agw10o`axipa W w�o_aw tee_ zoo.11 w" w£way�� lL � � Frager Rd oa" zaagaa apa= ryE z _ R:t s - N � =O 10 Z LU s s alas W W a C Y 0 Z 0*0` U pas 'o F(a9e( Q // / N r �U 1 C N W J d \� z z p N �JF N ❑ Y Q c�.t (n °� ❑Uw m W m j L Q(}j H CO C d Q W Q� om0 Cm —❑ R 2 U LL LL \ U LL W — C T Q UJ O N C W N V U) CL y d Q Q s y H D W O s N rn U) lL Q L � N tm Q n N U? E e e Z N ooM a0 i 3 � { O O Y (� o N W c o o(, � 4)o crn a� w YV � � ��� - M p d 0 T (D c t 5� (� °a z 0° --- OY_ i . — J E' gZ y � � dQ�o �. 17Z III UZc ] . 0Q WU(n� N W �xW >Y U7' „ m J Rat m$vi xm0 Lim C'E C OO LL 10 01 M N z W ��W O w 0 O (6 �vdi".rd,9 � G'.!'�LL C,'nry 7 Eo FU- -moo V �_ K�Vpn E2 W m (6 C 0 o $bona` c v LM H N ho F U w �_/� � o nlxi r�. ��� E m 10- -- S 'v-4 �� m CD tE Ft o Z E m m mCa M Wy u rn & coo coo 0o I� w T w % x x c m Q a 2 rn o v °Dv a �L x x g 3 ch a= a o N � rn � � o0 3 3 3 E m E Q Z a14i U W U L l0 f6 l6 H Y > Co m= U mJ J QWO 6 z UQ f2C`' QL 'Cm m z N € cn m oom oin mmm 9 .1. W E U E N ■ "r` 7 F. .J o m a a a u u N o o LU L/ 0 Q_ in ro m m0 m 0 m F- LL �� fNl O1 V N N N N. _ % k k % F LL zp o N oo °a o LU z< C O rriry O O 'V 31 uaz x yz op .O d z a LL W y Q x 2 l0 > O Z N > N �`-, �' o rya w O aZ HLL' �� L+ W ^ m m LLaQ 0 O W N JU w U4 C 0 0 co >0 a U z WW 405 �X x ? Q W Z W m O v C OI O O N z < p J T N Q S W Q m 2 3 3 zw- 2JN Q, e.mnes a�i o y m pia �rcW aJ ZaN LL L0 mc] 1 U U Z � OFF >W O CnW :i 0 2yJJ N N O NO 0 ME U WOTUa hwN (D HUT yLL N jU Y n Ti u m m m o a �pz Z MCapwpw�0 QZrc O W Fra X m m m X X X X X �UU w F�pap�KLLU Q>Y w 0 ger RdS t0 er N N N i>"yam VOO W=RN O?j Q p f— to UNZ'rc Nx�Z00°O MOOT TT QF~ W G D ✓> 0_ T , a) =wOmep �¢�O0zaN LLO ai W O m U Z f K S N W V U Q W rc Q N a Q e�R N m U m m aQz OQ>wW<=a Zm ZOZ p .0 N N Np�O Q U DY._�w O� JZQ H �^ � o a O. W 2 O OF"'-C7>z_QFQ Q° N O pNJZ Y w p U>gNZ mm ri tll LL J = �� zz QycrQ ar-zWW��-�Q Y (� n �NLL I3Ixf N�yzva3 javwzz w V y ocu 7 ZJO J WOJ a 2d'J S J>Wp W>�Q O (� �L CC O WQZQOQO NILa U Q- p2 4- O fie" y P�� 0 rvri Wa3 ui 16 i:aow O C�Q OC4 _> N 0 J ci L_ x LL V J 'ar 0 v I- N C 4 .O w � y 0 W Z FW- t07 1_TO u B 0 Q (� O A N O. W W Q J LN.O LU O tN.� Q U 0_N O J Q� a N p �00/S Q 06 LL ¢ 44p�1oa^/� C/) �-' W L Z 3 U (D �W 0O N ox " N LL W� m7 O A _ N 04 f0 W W i R O y 3 iO o � E p N LILL 90`[ m N LL d y o p aroma ) 0?cri O Y U C U sI C,C r --� a 3 y-a ; ; N 777 V •, �- p 0.p y O y - 0 0 c.L (n —Washington Ave N W Valley Hwy N X= IL a'O m O O y Q i ,AaNrn t= vcu JW cD mo1 �1w CD �64th Ave S ,a'.Fair WV/ 0O =� 4V a.. 0 0 O 'a�2 L` > g ��=c n r, E U .o n iwf CN.V Frager Rd S g « w °o L =AWAci mc(` O V/ O ' C 'ia O a JQ N CN V fn IY J c�lJ -O E RusSe�FLd . 2 T : H m 0 y LU 17, CL fn W d5 ° x n x i E� E ¢ z S v ' Q V 0e�� z a= 0 U w V W D ZN N fn = ; qi `Qe z S" miry gg '_ W3 �gt. v Mill a PREVA I L 1 NG WAGE RATES Downey Farmstead Restoration/Knox A - 5 June 12, 2019 Project Number: 08-3017 Page 1 of 16 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective^ Date: 07/02/2019 County Trade Job Classification a e Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $46.571 5D 1 H View King Boilermakers Journey Level $66.54 5N 1C 1 View King Brick Mason Journey Level $57.321 5A 1M View King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M View King Building Service Employees Janitor $24.63 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $29.031 5S 2F View King Cabinet Makers (in Shop) Journey Level $22.741 View King Carpenters Acoustical Worker $60.04 5D 4C View King Carpenters Bridge, Dock And Wharf $60.04 5D 4C View Carpenters King Carpenters Carpenter $60.04 5D 4C View King Carpenters Carpenters on Stationary Tools $60.17 5D 4C View King Carpenters Creosoted Material $60.14 5D 4C View King Carpenters Floor Finisher $60.041 5D 4C View King Carpenters Floor Layer $60.041 5D 4C View King Carpenters Scaffold Erector $60.041 5D 4C View King Cement Masons Journey Level $60.07 7A 4U View King Divers Et Tenders Bell/Vehicle or Submersible $113.60 5D 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C View 4 King Divers Et Tenders Diver $113.601 5D 4C 8V View King Divers Et Tenders Diver On Standby $71.331 5D 4C View King Divers Et Tenders Diver Tender $64.711 5D 4C View King Divers Et Tenders Manifold Operator $64.711 5D 4C View 'f King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C View King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C View King Dredge Workers Assistant Engineer $56.441 5D 3F View fl King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View King Dredge Workers Boatmen $56.441 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View httDS:HfortreSs.wa.anv/Ini/wanPlnnki in/nrv\A/anPlnnl-1 in acrnv r i1 n1 n Page 2 of 16 King Dredge Workers Mates $56.44 5D 3F View King Dredge Oiler $56.00 5D 3F View ,�Workers King Drywall Applicator Journey Level $58.48 5D 1 H View King Drywall Tapers Journey Level $59.32 5P I E View King Electrical Fixture Maintenance Journey Level $30.59 1 E View Workers :!E1 King Electricians - Inside Cable Splicer $81.32 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $87.37 X 4E View King Electricians - Inside Certified Welder $78.55 7C 4E View King Electricians - Inside Certified Welder (tunnel) $84.34 7C 4E View King Electricians - Inside Construction Stock Person $41.49 7C 4E View King Electricians - Inside Journey Level $75.801 7C 4E View King Electricians - Inside Journey Level (tunnel) $81.321 7C 4E View King Etectricians_L Motor Shop Journey Level $45.081 5A 1 B View King Electricians - Powerline Cable Splicer $79.60 5A 4D View Construction King Electricians - Powerline Certified Line Welder $72.98 5A 4D View Construction King Electricians - Powerline Groundperson $47.94 5A 4D View Construction I King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D View Construction I ;King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $62.06 5A 4D View Construction King Electricians - Powerline Meter Installer $47.94 5A 4D 8W View Construction I King Electricians - Powerline Pole Sprayer $72.98 5A 4D View Construction King Electricians - Powerline Powderperson $54.55 5A 4D View Construction I King Electronic Technicians Journey Level $50.571 7E 1E View King Elevator Constructors Mechanic $94.22 7D 4A View King Elevator Constructors Mechanic In Charge $101.73 7D 4A View King Fabricated Precast Concrete All Classifications - In-Factory $18.25 5B 1 R View Products Work Only King Fence Erectors Fence Erector $41.451 7A 31 View 'King Fence Erectors Fence Laborer $41.45 7A 31 View King E!ag�ers Journey Level $41.45 7A .31 View King Glaziers Journey Level $64.56 7L ly View King Heat Et Frost Insulators And Journeyman $73.58 5J 4H View Asbestos Workers I King Heating Equipment Mechanics Journey Level $82.51 7F 1E View King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 View King industrial Power Vacuum Cleaner Journey Level $12.00 1 View King Inland Boatmen Boat Operator $61.41 5B .1 K View King Inland Boatmen Cook $56.481 5B 1K View King Inland Boatmen Deckhand $57.48 5B .1 K View King Inland Boatmen Deckhand Engineer $58.81 - 5B .1 K View King Inland Boatmen Launch Operator $58.89 5B .1 K View King Inland Boatmen Mate $57.31 5B 1K View King I 1 1 $31.491 1 View kl-+M - 11Ff-%r+-r,0C-C XA/m in ;;qny 6/12/2019 Page 3of16 Inspection/Cleaning/Sealing 0€ Cleaner Operator, Foamer Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $12. 00 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer E Water Systems B _ Remote Control King Inspection/Cleaning/Seating Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Of Tv Truck Operator $20.45 1 View Sewer Ex Water Systems By Remote Control King Insulation Applicators Journey Level $60.04 5D 4C View King Ironworkers Journeyman $70.68 7N 10 View King Laborers Air, Gas Or Electric Vibrating $48.90 7A 31 View Screed King Laborers Airtrac Drill Operator $50.42 7A 31 View King Laborers Ballast Regular Machine $48.90 7A 31 View King Laborers Batch Weighman $41.45 7A 31 View King Laborers Brick Pavers $48.90 7A 31 View King Laborers Brush Cutter $48.90 7A 31 View King Laborers Brush Hog Feeder $48.90 7A 31 View King Laborers Burner $48.90 7A 31 View King Laborers Caisson Worker $50.421 7A 31 View King Laborers Carpenter Tender $48.90 7A 31 View King Laborers Caulker $48.90 7A 31 View King Laborers Cement Dumper-paving $49.81 7A 31 View King Laborers Cement Finisher Tender $48.90 7A 31 View King Laborers Change House Or Dry Shack $48.90 7A 31 View King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 View King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 View King Laborers Choker Setter $48.90 7A 31 View King Laborers Chuck Tender $48.901 7A 31 View King Laborers Clary Power Spreader $49.811 7A 31 View King Laborers Clean-up Laborer $48.901 7A 31 View King Laborers Concrete Dumper/chute Operator $49.811 7A 31 View King Laborers Concrete Form Stripper $48.90 7A 31 View King Laborers Concrete Placement Crew $49.81 7A 31 View King Laborers Concrete Saw Operator/core $49.81 7A 31 View Driller King Laborers Crusher Feeder $41.45 7A 31 View King Laborers Curing Laborer $48.90 7A 31 View King Laborers Demolition: Wrecking Es Moving $48.90 7A 31 View (inct. Charred Material) King Laborers Ditch Digger $48.90 7A 31 View King Laborers Diver $50.42 7A 31 View King Laborers Drill Operator $49.81 7A 31 View (hydraulic,diamond) King Laborers Dry Stack Watts $48.90 7A 31 View King Laborers Dump Person $48.90 7A 31 ---4:View httDs:Hfortress.wa.anv/Ini/wanPlnnkiin/nrv\A/anpinnf-iin acnv r-i1 i�nin Page 4 of 16 King Laborers Epoxy Technician $48.90 7A 31 View King Laborers Erosion Control Worker $48.90 7A 31 View King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 View King Laborers Fine Graders $48.901 7A 31 View King Laborers Firewatch $41.45 7A 31 View King Laborers Form Setter $48.90 7A 31 View King Laborers Gabian Basket Builders $48.90 7A 31 View King Laborers General Laborer $48.90 7A 31 View King Laborers Grade Checker Et Transit Person $50.42 7A 31 View King Laborers Grinders $48.901 7A 31 View King Laborers Grout Machine Tender $48.90 7A 31 View King Laborers Groutmen (pressure)including $49.81 7A 31 View Post Tension Beams King Laborers Guardrail Erector $48.90 7A 31 View King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 View King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 View King Laborers Hazardous Waste Worker (level C) $48.901 7A 31 View King Laborers High Scaler $50.421 7A 31 View King Laborers Jackhammer $49.811 7A 31 View King Laborers Laserbeam Operator $49.811 7A 31 View King Laborers Maintenance Person $48.901 7A 31 View King Laborers Manhole Builder-mudman $49.811 7A 31 View King Laborers Material Yard Person $48.901 7A 31 View King Laborers Motorman-dinky Locomotive $49.81 7A 31 View King Laborers Nozzleman (concrete Pump, $49.81 7A 31 View Green 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 View King Laborers Pilot Car $41.45 7A 31 View King Laborers Pipe Layer Lead $50.42 7A 31 View :'.King Laborers Pipe Layer/tailor $49.81 7A 31 View King Laborers Pipe Pot Tender $49.81 7A 31 View King Laborers Pipe Reliner $49.811 7A 31 View King Laborers Pipe Wrapper $49.81 7A 31 View King Laborers Pot Tender $48.90 7A 31 View King Laborers Powderman $50.42 7A 31 View King Laborers Powderman's Helper $48.90 7A 31 View f King Laborers Power Jacks $49.81 7A 31 View King Laborers Railroad Spike Puller - Power $49.81 7A 31 View King Laborers Raker - Asphalt $50.42 7A 31 View King Laborers Re-timberman $50.421 7A 31 View King Laborers Remote Equipment Operator $49.811 7A 31 View King Laborers Rigger/signal Person $49.811 7A 31 View King Laborers Rip Rap Person $48.901 7A 31 View King Laborers Rivet Buster $49.811 7A 31 View King Laborers Rodder $49.81 7A 31 View King Laborers Scaffold Erector $48.90 7A 31 View King Laborers Scale Person $48.90 7A 31 View ki-+mc• //fnri-rocc %Ain nr,xi/Ini/lnianalnnitiin/nrv\A/anPlnnkiin agny 6/12/2019 Page 5 of 16 King Laborers Sloper (over 20") 1 $49.811 7A 31 View King Laborers Sloper Sprayer $48.901 7A 31 View King Laborers Spreader (concrete) $49.811 7A 31 View King Laborers Stake Hopper $48.901 7A 31 View King Laborers Stock Piler $48.90 7A 31 View King Laborers Tamper Et Similar Electric, Air Et $49.81 7A 31 View Gas Operated Tools King Laborers Tamper (multiple Et Self- $49.81 7A 31 View propelled) King Laborers Timber Person - Sewer (lagger, $49.81 7A 31 View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $48.90 7A 31 View King Laborers Topper $48.901 7A 31 View King Laborers Track Laborer $48.901 7A 31 View King Laborers Track Liner (power) $49.81 7A 31 View King Laborers Traffic Control Laborer $44.33 7A 31 8R View King Laborers Traffic Control Supervisor $44.33 7A 31 8R View King Laborers Truck Spotter $48.90 7A 31 View King Laborers Tugger Operator $49.81 7A 31 View King Laborers Tunnel Work-Compressed Air $107.60 7A 31 8g View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 8� View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 84 View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 8Q View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 88 View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 8Q View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8Q View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 8Q View _ Tender King Laborers Tunnel Work-Miner $50.521 7A 31 8�C View King Laborers Vibrator $49.811 7A 31 View King Laborers Vinyl Seamer $48.901 7A 31 View King Laborers Watchman $37.671 7A 31 View King Laborers Welder $49.811 7A 31 View King Laborers Well Point Laborer $49.81 7A 31 View King Laborers Window Washer/cleaner $37.67 7A 31 View King Laborers - Underground Sewer Et General Laborer Et Topman $48.90 7A 31 View i Water King Laborers - Un�und Sewer Et Pipe Layer $49.81 7A 31 View Water King Landscape Construction Landscape Laborer $37.671 7A 31 View King Landscape Construction Landscape Operator $63.76 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View httDs:Hfortress.wa.aov/Ini/wanelnnkun/nrv\AIanPlnnl-lin acnv tiii 1)i1)nI0 Page 6 of 16 King ILathers Journey Level $58.481 5D 1 H View King Marble Setters Journey Level $57.32 5A 1M View King Metal Fabrication (In Shop) Fitter $15.86 1 View King Metal Fabrication (In Shop) Laborer $12.001 View King Metal Fabrication (In Shop) Machine Operator $13.04 1 View King Metal Fabrication (In Shop) Painter $12.00 1 View King Metal Fabrication (In Shop) Welder $15.48 1 View King Millwright Journey Level $61.54 5D 4C View King Modular Buildings Cabinet Assembly $12.00 1 View King Modular Buildings Electrician $12.001 1 View King Modular Buildings Equipment Maintenance $12.001 1 View King Modular Buildings Plumber $12.00 1 View King Modular Buildings Production Worker $12.00 1 View King Modular Buildings Tool Maintenance $12.00 1 View King Modular Buildings Utility Person $12.00 1 View King Modular Buildings Welder $12.001 View King Painters Journey Level $42.501 6Z 2B View King Pile Driver Crew Tender/Technician $64.71 5D 4C View King Pile Driver Hyperbaric Worker - Compressed $74.87 5D 4C View Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - Compressed $79.87 5D 4C View Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed $83.87 5D 4C View Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed $88.87 5D 4C View Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed $91.37 5D 4C View Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed $96.37 5D 4C View Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed $98.37 5D 4C View Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed $100.37 5D 4C View Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed $102.37 5D 4C View Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $60.29 5D 4C View King Pile Driver Manifold Operator (LST) $69.71 5D 4C View King Plasterers Journey Level $56.54 Z. 1 R View King Playground Et Park Equipment Journey Level $12.00 1 View Installers King Plumbers & Pipefitters Journey Level $85.691 6Z 1 G View King Power Equipment Operators Asphalt Plant Operators $64.831 7A 3K 8X View King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X View King Power Equipment Operators Bobcat $60.98 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition $60.98 7A 3K 8X View Equipment King Power Equipment Operators Brooms $60.98 7A 3K 8X View King Power Equipment Operators Bump Cutter $64.26 7A 3K 8X View King Power Equipment Operators Cableways $64.83 7A 3K 8X View h+-+-nc• //fnrtrocc 1nra nnv/Ini/XnianAlnnitiin/nrvV1/anPlnn1,ciin acnx 6/12/2019 Page 7 of 16 King Power Equipment Operators Chipper $64.26 7A 3K 8X View King Power Equipment Operators Compressor $60.98 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X View Screed King Power Equipment Operators Concrete Pump - Mounted Or $63.76 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $64.83 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $64.26 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $63.761 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $66.80 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 $65.48 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X I View With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $66.15 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' $66.80 7A 3K 8X View of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X View Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through $66.15 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X View attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.261 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $64.26 7A 3K 8X View (power) King Power Equipment Operators Derricks, On Building Work $64.831 7A 3K 8X View ' King Power Equipment Operators Dozers D-9 Et Under $63.761 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X View ' Crane Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent $60.98 7A 3K 8X View _ And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X View ' Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X View Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $64.26 7A 3K 8X View Prints, Cut Sheets, Etc King Power E ui meat 0 erators Gradechecker/Stakeman $60.98 7A 3K 8X View King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X View King Power Equipment Operators $64.83 7A 3K 8X View httDS:Hfortress.wa.nnv/Ini/wanPlnnki in/nrv1A/analnnlei in ncnv r_ i-)n, n Page 8 of 16 Hard Tait End Dump Articulating Off- Road Equipment 45 Yards. Et Over I King Power Equipment Operators Hard Tait End Dump Articulating $64.26 7A 3K 8X View Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $63.76 7A 3K 8X View Locator I I King Power Equipment Operators Horizontal/Directional Drill $64.26 7A 3K LX View Operator I King Power Equipment Operators Hydratifts/Boom Trucks Over 10 $63.76 7A 3K 8X View Tons I King Power Equipment Operators Hydratifts/Boorn Trucks, 10 Tons $60.98 7A 3K 8X View And Under Horizontal/Directional n Trucks k D s r Ov er v e r 10 Trucks, ' 1 0 Tons King Power Equipment Operators Loader, Overhead 8 Yards. Et $65.48 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $64.83 7A 3K 8X View Not Including 8 Yards I King Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $63.76 7A 3K 8X View King Power Equipment Operators Locomotives, All $64.26. 7A 3K 8X View King Power Equipment Operators Material Transfer Device $64.261 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 $65.48 7A 3K 8X View Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mote, Tunnel $64.83 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $60.98 7A 3K 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $63.76 7A 3K 8X View Mantifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X View Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X View And Over I King Power Equipment Operators Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X View Through 99 Tons I King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X View KingPower Equipment Operators Pile Driver (other Than Crane $64.26 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $60.981 7A 3K 8X View King Power Equipment Operators Power Plant $60.981 7A 3K 8X View King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X View Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $64.83 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X View King Power Equipment Operators $63.76 7A 3K 8X View kf+rtc- 1/fnr+-rncc IAIn rir-txi/ini/IAIanolnnL-iir)/nrx/\A/Aripinr)[,-i in ;;-,ny 6/1 2/20tg Page 9 of 16 Rigger/Signal Person, Bellman (Certified) King Power Equipment Operators Roltagon $64.83 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $60.98 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X View King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X View '- King Power Equipment Operators Scraper, Self Propelled Under 45 $64.26 7A 3K 8X View Yards - King Power Equipment Operators Scrapers - Concrete Et Carry All $63.76 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X View And Over - King Power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $60.98 7A 3K 8X View King Power Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X View 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $65.48 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $66.15 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Stipform Pavers $64.83 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et Screedman $64.831 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' in Height $65.48 7A 3K 8X View Base To Boom King Power Equipment Operators Tower Crane: over 175' through $66.15 7A 3K 8X View 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $66.80 7A 3K 8X View a from base to boom King Power Equipment Operators Transporters, All Track Or Truck $64.83 7A 3K 8X View Type - - - King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 $64.26 7A 3K 8X View Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver Under $63.76 7A 3K 8X View 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $64.261 7A 3K 8X View King Power Equipment Operators Welder $64.83 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $60.98 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8X View Underground Sewer Et Water - - - King Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X View Underground Sewer Et Water - - - King Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X View Underground Sewer Et Water - - - King Batch Plant Operator, Concrete $64.26 7A 3K 8X View httDS:Hfortress.wa.cinv/Ini/wanPlnnkiin/nrv\AianPlnnl-iin acnv ti11I/In1n Page 10 of 16 Power Equipment Operators- Underground Sewer Et Water I King Power Equipment Operators- Bobcat $60.98 7A 3K 8X View Underground Sewer it Water King Power Equipment Operators- Brokk - Remote Demolition $60.98 7A 3K 8X View Underground Sewer Et Water Equipment ,round er lKing Power Equipment Operators- Brooms $60.98 7A 3K LX View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $64.26 7A 3K 8x View Underground Sewer Et Water King Power Equipment Operators- Cableways $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $64.26 7A 3K 8X View Underground Sewer Et Water I - King Power Equipment Operators- Compressor $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - Laser $60.98 7A 3K 8X View _Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $63.76 7A 3K 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, , Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $64.83 7A 3K 8X View UndergroundSewer Et Water With Boom Attachment Over 42 M q King Power Equipment Operators- Concrete Pump: Truck Mount $64.26 7A 3K 8X View Underground Sewer & Water With Boom Attachment Up To 42m ,King Power Equipment Operators- Conveyors $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and over $66.80 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 tons through 199 $65.48 7A 3K 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $66.15 7A 3K 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' $66.80 7A 3K 8X View Underground Sewer Et Water of boom including jib with attachments s King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X View 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 View Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through $66.15 7A 3K 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8X View Underground Sewer Et Water attachments, A-frame over 10 ton King Power Equipment Operators- Crusher $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $64.26 7A 3K 8X View Underground Sewer &_ Water (power) King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X View Underground Sewer Et Water kf-4-r-%r— 11IFr%ri-rncc IAIM rinX//Ini/lAInr-lnir)r,%L-iin/nrx/\A/;;nplr)r)L-i in ;;czny 6/12/2019 Page 11 of 16 King Power Equipment Operators- Dozers D-9 Et Under $63.76 7A 3K 8X View Underground Sewer Et Water — — King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X View Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine 1 $65.48 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $60.98 7A 3K 8X View Underground Sewer Et Water And Shaft Type King P®wer Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X View Underground Sewer Et Water Attachments I — King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $64.26 7A 3K 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X View Under®round Sewer Et Water — King Power Equipment Operators- Guardrail Punch $64.26 7A 3K 8X View Underground Sewer a Water — — King Power Equipment Operators- Hard Tail End Dump Articulating $64.83 7A 3K 8X View Underground Sewer Et Water Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating $64.26 7A 3K 8X View Underground Sewer Et Water Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $63.76 7A 3K 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $64.26 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X View Underground Sewer Et Water Tons ( King Power Equipment Operators- Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X View Underground Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $65.48 7A 3K 8X View Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $64.83 7A 3K 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8X View Underground Sewer Et Water — King Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 $65.48 7A 3K 8X View Underground Sewer Et Water Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- $60.98 7A 3K 8X View Underground Sewer Et Water — — — httDs://fortress.wa.00v/Ini/waaelookun/rnrvWaaelnnkrrn_agnx ti/1 )/,)nla Page 12 of 16 Oil Distributors, Blower Distribution Et Mulch Seeding Operator iKing Power Equipment Operators- Outside Hoists (Elevators And $63.76 7A 3K 8X View Underground Sewer Et Water Mantifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $64.26 7A 3K LX View Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X View Underground Sewer Et Water And Over I I King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X View Underground Sewer Et Water Through 99 Tons I King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $64.26 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $60.98 7A 3K 8X View Underground Sewer Et Water I King Power Equipment Operators- Power Plant $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X View Underground Sewer Et Water I King Power Equipment Operators- Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X View Underground Sewer Et Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $64.83 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Beltman $60.98 7A 3K 8X View Underground Sewer a Water I King Power Equipment Operators- Rigger/Signal Person, Beltman $63.76 7A 3K 8X View Underground Sewer Et Water (Certified) King Power Equipment Operators- RoL[agon $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X View Underground Sewer Et Water Materials I King Power Equipment Operators- Roto-mill, Roto-grinder $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $64.26 7A 3K 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $63.76 7A 3K 8X View Underground Sewer Et Water I King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X View Underground Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/G unite Equipment $60.98 7A 3K 8X View Underground Sewer F± Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $63.76 7A 3K 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons ht+n(z- //fr)ri-rPczcz XA/;; nr)x//Ini/IA/;;ni-Ir)r)k-iin/nrv\/V,-int-Inr)ktin.a-,ny 6/12/2019 Page 13 of 16 King Power Equipment Operators- Shove[, Excavator, Backhoe: Over $64.83 7A 3K 8X View ,Underground Sewer Et Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $64.26 7A 3K 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shove[, Excavator, Backhoes: $65.48 7A 3K —8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel., Excavator, Backhoes: $66.15 7A 3K 8X j Vie Underground Sewer Et Water so Over 90 Metric Tons g_ I — — King Power Equipment Operators- Stipform Pavers $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $64.26 7A 3K 8X View Underground Sewer Et Water I I King Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X View Underground Sewer Et Water L King Power Equipment Operators- Tower Crane Up To 175' In Height $65.48 7A 3K 8X View Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $66.15 7A 3K 8X View Underground Sewer Et Water 250' in height, base to boom I King Power Equipment Operators- Tower Cranes: over 250' in height $66.80 7A 3K 8X View Underground Sewer Et Water from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $64.83 7A 3K 8X View Undergr ound Sewer Et Water Type King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X View Underground Sewer Et Water I I King Power Equipment Operators- Truck Crane Oiler/driver - 100 $64.26 7A 3K 8X View Under.ground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under $63.76 7A 3K 8X View Underground Sewer Et Water 100 Tons I King Power Equipment Operators- Truck Mount Portable Conveyor $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $60.98 7A 3K 8X View I Underground Sewer Et Water King Yo Yo Pay Dozer $64.26 7A 3K gX View Underground Sewer Et Water — King King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $47.37 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A View Trimmers King Refrip,eration Et Air Conditioning Journey Level $81-01 6Z 1G View Mechanics King Residential Brick Mason Journey Level $57.32 5A -1 M View King Residential Carpenters Journey Level $32.06 1 View King Residential Cement Masons Journey Level $29.25 1 View King Residential Drywall Applicators Journey Level $45.05 -51) A—C View King Residential PEyvI(I Tapers lJourney Level $45.19 5P 1 E View 4-� httDs:Hfortress.wa-nnv/1 n i lwanplr)n k-i i n/nr\/\A/AnPIr)r)L-i in icnv i1 1)/1)r)I (-% Page 14 of 16 King Residential Electricians Journey Level $36.011 1 View King Residential Glaziers Journey Level $43.00 7L 1 H View King Residential Insulation Applicators Journey Level $29.87 1 View King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $27.801 View King Residential Plumbers a Journey Level $39.43 1 View Pipefitters King Residential Refrigeration Et Air Journey Level $51.37 5A 1G View Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $50.011 7F 1 R View King Residential Soft Floor Lavers Journey Level $49.431 5A 3J View King Residential Sprinkler Fitters (Fire Journey Level $48.18 5C 2R View Protection3 King Residential Stone Masons Journey Level $57.321 5A 1M View King Residential Terrazzo Workers Journey Level $52.611 5A 1M View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $53.27 5A 3H View King Roofers Using Irritable Bituminous $56.27 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7 1 E View King Shipbuilding a Ship Repair New Construction Boilermaker $36.361 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $73.58 5J 4H View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding a Ship Repair New Construction Operating $36.36 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $36.361 7V 1 View King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $36.36 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $73.58 5J 4H View King Shipbuilding Et Ship Repair Ship Repair Laborer $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $44.95 7X 4J View hi-+r-�c• //Fl1Y+r',nCC IAIn nnv/�ni/�n�anA�nnlsi iYl/nrxAA/AnPlnnL i In acne 6/1 2/2019 Page 15 of 16 King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4J View King Shipbuilding£t Ship Repair Ship Repair Sheet Metal $44.95 7X 4J View King Shipbuilding k Ship Repair Ship Repair Shipwright $44.951 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $44.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $49.70 0 1 View {Electrical} - - King Sign Makers £t Installers (Non- Journey Level $31.52 0 1 View Electrical King Soft Floor Lavers Journey Level $49.43 5A 3J View King Solar Controls For Windows Journey Level $12.44 1 View King Sprinkler Fitters (Fire Protection} Journey Level $78.391 5C 1X View King Stage Rigging Mechanics (Non Journey Level $13.23 1 View Structural} King Stone Masons Journey Level $57.32 5A 1M View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $62.71 7A 3K 8X View Surveyor - King Surveyors Assistant Construction Site $62.71 7A 3K 8X View Surveyor King Surveyors Chainman $58.93 7A 3C 8P View King Surveyors Construction Site Surveyor $63.76 7A 3K 8X View King Telecommunication Technicians Journey Level $50.57 7E 1 E View King Telephone Line Construction - Cable Splicer $41.22 5A 2B View Outside - - King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B View Outside - - King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B View y Outside - - King Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B View Outside - - King Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B View Outside - - King Telephone Line Construction - Telephone Equipment Operator $41.22 5A 2B View Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.36 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.36 5A 2B View Outside - - King Telephone Line Construction - Television Groundperson $21.92 5A 2B View Outside - King Telephone Line Construction - Television Lineperson/Installer $29.13 5A 2B View Outside - King Telephone Line Construction - Television System Technician $34.68 5A 2B View Outside - - King Telephone Line Construction - Television Technician $31.18 5A 2B View Outside - - King Telephone Line Construction - Tree Trimmer $38.36 5A 2B View Outside - - King Terrazzo Workers Journey Level $52.61 5A 1M View King Tile Setters . Journey Level $52.61 5A 1M View King Tile Marbte a Terrazzo Finishers Finisher $43.44 5A 1 B View King Traffic Control Stripers Journey Level $46.23 7A 1 K View httr)s://fortress_wa_nnv/Ini/XAianPlnnl<i in/nrvXA/analnnl-i in Acnv r i1 ni n Page 16 of 16 King Truck Drivers Asphalt Mix Over 16 Yards $58.561 5D 3A 8L I View King Truck Drivers Asphalt Mix To 16 Yards $57.721 5D 3A 8L View King Truck Drivers Dump Truck $57.721 5D 3A 8L View King Truck Drivers Dump Truck Et Trailer $58.561 5D 3A 8L View King Truck Drivers Other Trucks $58,561 5D 3A 8L View King Truck Drivers - Ready Mix Transit Mix $58.561 5D 3A 8L View King Well Drillers Et Irripation.Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers 1AIn in/nrx/XA/nrlgnlnr-%L-i in -:Icnv r.11 ?/gnl c) 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 at one 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. Holidav 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). Holiday 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 10l'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