Loading...
HomeMy WebLinkAboutCAG2020-027 - Original - Gary Harper Construction, Inc. - Armstrong Well 2 Pump Replacement - 01/22/2020 Agreement Routing Form KENT For Approvals,Signatures and Records Management WAS HIN GTON This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Originator: Nancy for Bryan Bond Department., Public Works Date Sent: 1/21/20 Date Required: 1/28/20 R > Authorized Director or Designee Date of 0 1/7/20 Q. to Sign: Council QMayor Approval: Budget W20089 Grant? Yes No Account Number: Type: N/A Vendor or Name: Gary Harper Construction, Inc. Cate 9 y: Contract c Vendor 53732 Sub-Category 0 Number. EProject Armstrong Well 2 Pump Replacement b. Name: 0 = Project Providing and installing new pump and motor at Armstrong Well 2. *. Details: c gAgreement $101 629 Basis for 0 Amount: Selection of Bid Contractor: Start Date: Mayor's signature Za20 Termination Date: 45 calendar days Notice required prior to Yes No Contract Number: C /� Gi 2p Z0 —O 2 T ' disclosure? I't Date Received b Cit Attorney: Comments: Ic RECEP " A 3 0 N RECEIVED KENT LAW DEFT. Date Routed to the Mayor's Office: N .; Date Routed to the City Clerk's Office: City Of Kent Date Sent to Originator: OffiCe- of the Mayef Visit Documents.KentWA.gov to obtain copies of all agreements adccW22373_6_19 10.A 4 KENT W ASH i NGT0ry DATE: January 7, 2020 TO: Kent City Council SUBJECT: Armstrong Well 2 Pump Replacement Project Bid - Award MOTION: Award the Armstrong Well 2 Pump Replacement Project bid to Gary Harper Construction Inc. in the amount of $101,629 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The existing pump and well motor were installed in 1999. After a failure of the pump, the components within the well were removed. Further inspection of the components revealed the need for full replacement. The lead time for the new motor is projected at two weeks; placing the reinstallation of all components in the 1st Quarter of 2020. The bid opening for the Armstrong Well 2 Pump Replacement Project was held on December 4, 2019 with two bids received. The lowest responsible and responsive bid was submitted by Gary Harper Construction Inc. in the amount of $101,629. Bid Tab Summary 01.Gary Harper Construction Inc. $101,629 02. Holt Services Inc. (non-responsive) $89 485 Engineer's Estimate $78,100 BUDGET IMPACT: This project will be paid for using water utility funds. SUPPORTS STRATEGIC PLAN GOAL: Sustainable Services ATTACHMENTS: 1. Armstrong Well 2 Bid Tab (PDF) Packet Pg. 614 CONFORMED TO ADDENDUM 1 C I TY OF KENT KING COUNTY, WASH 1 NGTON KENT SPECIAL PROVISIONS FOR Armstrong Well 2 Pump Replacement Project Number: W20089 B I DS ACCEPTED UNT I L BID OPENING December 4, 2019 December 4, 2019 10:45 A.M. 11 :00 A.M. DELIVER TO C I TY OF KENT, C I TY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT W A S Hi NGTQN INDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Location Map, Site Detail, Well Report, Photos of Existing Pump Station, Wiring Diagram Section 6 Installer Certification Form Section 7 Prevailing Wage Rates Section 8 Design Pump Performance Curve Section 9 Photos of Item to Dispose CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Armstrong Well 2 Pump Replacement Project Number: W20089 BIDS ACCEPTED UNTIL BID OPENING December 4, 2019 December 4, 2019 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 N S. - TIMOTHY ]. LAPORTE, P.E. "c PUBLIC WORKS DIRECTOR iv7i2o19 RFGSTE¢�311480 ��- SS/ONA L 40 , KENT WASH ! N G T O N BIDDER'S NAME CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Armstrong Well 2 Pump Replacement Project Number: W 20089 BIDS ACCEPTED UNTIL BID OPENING December 4, 2019 December 4, 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 IN 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 Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Location Map, Site Detail, Well Report, Photos of Existing Pump Station, Wiring Diagram Installer Certification Form Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through December 4, 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: Armstrong Well 2 Pump Replacement Project Number: W20089 The project consists of providing and installing new vertical turbine pump and motor at the City of Kent Armstrong Well A-5 (aka PW A-2), PVC sounding tubes, and other work, all in accordance with Kent Special Provisions, and the WSDOT Standard Specifications. The City will make the project site open to contractors interested on bidding the project from 9:00 AM to 11:00 AM on November 19, 2019. City staff will be present only to provide access to the site; not to answer questions or provide information. The Engineer's estimated range for this project is approximately $65,000 to $70,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Bryan Bond at 253-856-5662. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at KentWA.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. No bidder may withdraw his/her bid for a period of si (60) days after the day of bid opening. Dated this 7t' day of November, 2019. BY: tz�,�Jjn 0' e, , tik Kimberley A. I r6oto,- City Clerk Published in Daily Journal of Commerce on November 12, 19, and 26, 2019. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named Armstrong Well 2 Pump Replacement Project Number: D20048 I am the undersigned bidder or prospective contractor. I represent that - 1. I 1 have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAME'OF BIDDER BY: o-SI NATURE/TITLE ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Armstrong Well 2 Pump Replacement/Bond 1 November 12, 2019 Project Number: W20089 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I a ree to fulfill the five requirements referenced above. By: For: Title: Jf �d� ti Date: Armstrong Well 2 Pump Replacement/Bond 2 November 12, 2019 Project Number: W20089 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. Armstrong Well 2 Pump Replacement/Bond 3 November 12, 2019 Project Number: W20089 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 /IC Company, hereby acknowledge and declare that the before- mentioned company was the prime contractor for the contract known as Armstrong Well 2 Pump Replacement/Project Number: W20089 that was entered into on the (Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: Y For: L n Z20" 'r Title: Date: Armstrong Well 2 Pump Replacement/Bond 4 November 12, 2019 Project Number: W20089 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that »g 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 Armstrong Well 2 Pump Replacement/Project Number: W20089 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. Armstrong Well 2 Pump Replacement/Bond 5 November 12, 2019 Project Number: W20089 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ C,200,C10 $ WSDOT LUMP SUM Per LS g200 co 1005 8-30.5 1 Vertical Turbine Pump Motor $ $ KSP EACH PAA 1010 8-30.5 1 Vertical Line Shaft Pump $ 6'3g00r- ' KSP LUMP SUM Assembly Per CS 1015 8-30.5 150 Flush-Thread PVC Sounding $ 5,2cs $ /2 3c>o0 KSP LN FT Tubes Per LF 1020 1-04.4(1) 1 Minor Changes $5,000,00* $5,000.00 WSDOT CALC Per CALC *Common price to all bidders 1025 8-30.5 1 Disposal of Pump $ /9do�0" $ lad'o KSP LUMP SUM Equipment and Per LS Miscellaneous Items Sub Total $ Gl Z;3crb 5 10% WA State Sales Tax $ -3, ,C Total Bid $ Zts /./ ci c'© Armstrong Well 2 Pump Replacement/Bond 6 November 18, 2019 Project Number: W20089 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: Armstrong Well 2 Pump Replacement Project Number: W20089 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Armstrong Well 2 Pump Replacement/Bond 7 November 12, 2019 Project Number: W20089 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: Armstrong Well 2 Pump Replacement Project Number: W20089 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: z Y//-/ Electrical Subcontractor Name: Ignature of Bidder Date Armstrong Well 2 Pump Replacement/Bond 8 November 12, 2019 Project Number: W20089 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. Armstrong Well 2 Pump Replacement/Bond 9 November 12, 2019 Project Number: W20089 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 notW., islea SUBMITTED BY: NAME: ADDRESS: IqF 1 PRINCIPAL OFFICE: C/7,"yl 1V? zf c.OrI�T�-C��`/O�1 c— ADDRESS: Il%11� d` �3 cd sz SL 5�dt)m , d1A ; o& PHONE: FAX: STATUTORY REQUIREMENTS - Per state law a bidder must meet the �All 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. l r 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 Armstrong Well 2 Pump Replacement/Bond 10 November 12, 2019 Project Number: W20089 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. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. 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? � y�S 2.2.1 Under what other or former names has your organization operated? r� 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: ;*?1�,. 2.3.2 State of incorporation: `,41A 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name:6a.4,t� A� l� d 22� cr�r 2.3.6 Treasurer's name:�'� 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: ri/,a 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: qp2.5.1 Date of organization: 2.5.2 Name of owner: Armstrong Well 2 Pump Replacement/Bond 11 November 12, 2019 Project Number: W20089 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. 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? PO 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.) � s 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: 51 5--7q 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. Armstrong Well 2 Pump Replacement/Bond 12 November 12, 2019 Project Number: W20089 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: 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? Armstrong Well 2 Pump Replacement/Bond 13 November 12, 2019 Project Number: W20089 7. SIGNATURE 7.1 Dated at this day of Name of Organization: By: Title: 7.2 Cam. /'l • r , being duly sworn, deposes and says that the information provide6 herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 1?' day of �� , 2019. Notary Public:' My Commission Expires: c�3 Dl N411 •` 9` Ala NOTARY'Pt Ni PUBLIC :A, ;0 \\ i1,�iO PrWASN����`\ Armstrong Well 2 Pump Replacement/Bond 14 November 12, 2019 Project Number: W20089 City of Kent— Armstrong Well 2 Pump Replacement, Project No. W20089 Statutory Requirements: 1. Required Responsibility Criteria 1.1 Contractor's Registration copy attached 1.2 UBI No. 601-606-620 1.3 Master Business License cop attached 1.4 Gary Harper Construction, Inc. is not and has not been in the past three (3) years disqualified from bidding on any public works contract under RCW 39.06.010 or RCW 39.12-065 (3). GHC, Inc. has no subsidiary companies or affiliated companies under majority ownership or under control by the owner of GHC, Inc. G Harper, President 1.5 Gary Harper Construction, Inc. 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 L&I or through a civil judgment entered by a court of limited or general jurisdiction within the three-year period immediately preceding December 4, 2019. Signed under penalty of perjury. Gary . Harper, Preside 1.6 Proof that Gary Harper Construction, Inc. has completed three or more public works projects would be the Resume' for the years 2016, 2017 and 2018. GHC, Inc. has had a valid business license in Washington for 3+ years and is shown on page 74 of the Public Works Training Exemption List dated 11/28/18. 2. Organization — marked on Bid form pages 11 & 12 3. Licensing for both 3.1 and 3.2: Jurisdiction is Washington State, licensed as a General Contractor. Registration No. GARYHC1055LF. Trade name jurisdiction is Washington State as well. 4. Experience 4.1 Categories of work that GHC, Inc. performs with its own forces: underground utilities construction, Water & Sewer facility repairs, upgrades and construction, Pump & Lift Station repairs, upgrades and construction, above ground fuel tank installation, generator installation, sidewalk and other concrete construction, excavation, storm drainage, ditching, drain & erosion control 4.2 Claims & Suits — No for 4.2.1, 4.2.2 and 4.2.3 4.3 No. 4.4 See attached Contract in Hand includes 4.4.1 4.5 See Resumes 2014 through 2018 4.5.1 Average annual amount of construction work performed during the past 5 years $3,825,574 4.6 Construction experience and present commitments of key individuals: Gary Hamer — Project Manager with 25 years of experience estimating, submittals processing, co-ordination with GHC crew and contract owners. Jason Garner— Project Manager with 14 years of experience estimating, submittal processing, co-ordination with GHC crews and contract owners. Kathy Salazar— Office Manager with 25 years of experience with Bookkeeping, Payroll, Public Works documentation and submittal processing. Justin Michaud — Foreman/Superintendent with 15 years of experience supervising and working with the crew on site. Currently Justin is finishing up the City of Redmond project and working on the Lakehaven Water & Sewer District project. Bryce Heil — Foreman/Superintendent with 22 years of experience supervising and working with the crew on site. Bryce is currently working on the City of Mercer Island project and will be the lead on the City of Kirkland project when it starts. 4.7 Major Equipment: Case Backhoe 580SL, Case Backhoe 580N Cat 305 Excavator, Cat 320CLU Excavator, and Komatsu PC88MR-8 Excavator Peterbilt 5 Yd Dump Truck 5. References 5.1 HD Fowler Co (425) 654-8800 Cadman, Inc. (425) 867-1234 Core & Main, LP (314) 372-2911 Cummins NW (503) 289-0900 5.2 Union Bank, Checking, Money Market & LOC Sheri Holley (425) 806-5630 US Bank, Checking, Money Market & LOC Dave McConnell (425) 673-1351 Key Bank, 2 Money Market accounts Theresa Amoranto (425) 381-4918 5.3 S u rety 5.3.1 The Ohio Casualty Insurance Co 5.3.2 Kibble & Prentice, Roxana Palacios (206) 767-0650 601 Union St, Ste 1000, Seattle, WA 98111 6. Financials — available as requested. Department of Labor and Industries GARY HARPER CONSTRUCTION INC PO Box 44450 Olympia, WA 98504-4450 Reg: CC GARYHCI055LF UBI: 601-606-620 Registered as provided by Law as: Construction Contractor (CCOI) - GENERAL 620 GARY HARPER CONSTRUCTION INC Effective Date: 6/6/1995 14831 223RD ST SE Expiration Date: 6/3/2021 SNOHOMISH WA 982963989 ;_. sTArg b y BUSINESS LICENSE 2 a wyy tAA9��y STATE OF Issue Date: Oct 18, 2019 WASHINGTON Unified Business ID#: 601606620 Profit Corporation Business ID#: 001 Location: 0001 � GARY HARPER CONSTRUCTION, INC. 14831 223RD ST SE Expires: Feb 29, 2020 SNOHOMISH, WA 98296-3989 UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE -ACTIVE TAX REGISTRATION -ACTIVE . CITY ENDORSEMENTS: t PUYALLUP GENERAL BUSINESS - NON-RESIDENT-ACTIVE BAINBRIDGE ISLAND GENERAL BUSINESS - NON-RESIDENT(EXPIRES 1/31/2020)-ACTIVE Fei KIRKLAND GENERAL BUSINESS - NON-RESIDENT(EXPIRE S S 8/31/2020)-ACTIVE BELLINGHAM GENERAL BUSINESS -ACTIVE BONNEY LAKE GENERAL BUSINESS - NON-RESIDENT-ACTIVE ISSAQUAH GENERAL BUSINESS - NON-RESIDENT-ACTIVE f MERCER ISLAND GENERAL BUSINESS - NON-RESIDENT#190321 (EXPIRES 2/28/2021)-ACTIVE t, LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. A k' K This document lists the registrations,endorsements,and licenses authorized for the business ,named above.By accepting this document,the licensee certifies the information•an the application 'was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue r �u e_ _ -- �:. al k \ ? \ � 0 u e r� 6 6 % ) � 7 k k L § E ? \ \ / f 5 o e (14 « # CO G I-z -Ln ® / / / / ) \ 3 \ \ % 0 \ \ z r14 On m \ k / ± U ) \ Q ƒ ¥ 06 f k 2 i _0§ E $ / \ § * _0 _ \ ƒ } % 3 > \ / \ \ \ \ 2 $ / \ @ o \ / / / \ \ � \ \ \ � � \ e e / / / / / \ \ \ 7 \ \ \ \ / \ \ CY) e e # � t _ E ( _ u _/ g G CL m J }t _ E "0k ƒ / / ƒ cr [ / c 7 ® ) / ci CL 0 \ E ~ E 2 > E _ m g CL E E » z r _� m _ � - E m 'S g a cu 2 # / R » \ o ia) a 2 2 O ' 2 2 E \# S U $ 2 » 2 0 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHC1055LF 2018 Public Works Projects as a General Contractor King County Name of Contract: Brightwater Storm Drain Alternate Flow, Contract No. C01084C16 Wastewater Treatment Div Temp sewer bypassing. Install new utility vault with two 12" sluice gates. Install 24" sluice gate 22505 SR9 SE in existing manhole, install new 48" manhole, 18" SDR35 pipe, 8" SDR 35 pipe, misc. concrete Woodinville, WA 98072 work, HMA pavement and site restoration. Contact: Pierre Larochelle, Project Representative (206) 263-9458 JOB COSTS: $228,899 City of Burlington Name of Contract: Waste Water Pump Station No. 10 Upgrades, G&O Contract No. 17466.00 833 S. Spruce St Temp bypass pumping, partial demolition of existing wet well, install new slab top of wet well, valve Burlington, WA 98233 vault, meter vault, new pumps, piping, valves, electrical, controls, coatings, concrete work, HMA asphalt, fencing and site restoration. Contact: Don Erickson, Sewer Dept Supervisor (360) 757-4085 JOB COSTS: $707,691 King County Name of Contract: Hollywood &Woodinville Pump Station Install RSP, Contract No. C01180C17 Wastewater Treatment Div Removal and modification of six 14" discharge pipes at two pump stations. Install new gate valve 22505 SR9 SE assemblies. Also includes plugging sewer lines, testing, coatings and site restoration Woodinville, WA 98072 Contact: Gary Casad, Project Representative (206)477-6483 JOB COSTS: $154,770 Port of Seattle Name of Contract: Signature Lift Station Pump Replacement, Contract No. SW-0319198 PO Box 68727 Temp bypass pumping. Remove and replace pumps, piping, floats etc. from wet well. Make SeaTac, WA 98168 modifications to electrician and control panel. HMA asphalt, concrete work and site restoration. Contact: Brian Allen, Construction Manager (206) 787-5880 JOB COSTS: $144,870 City of Issaquah Name of Contract: Pickering Lift Station Revisions, Contract No. SEWR15001 1775 12th Ave NW Upgrades to Lift Station includes new submersible pumps, motor control center, revising pump Issaquah, WA 98027 controls, programming, replace wet well fan and site restoration. Contact: Tony Nguyen, PE - Project Engineer (425) 837-3437 JOB COSTS: $122,567 City of Issaquah Name of Contract: Forest Rim Booster Station, Contract No. WATR17004 1775 12th Ave NW Construct a new booster pump station with associated site piping and tie ins, remove old booster Issaquah, WA 98027 pump station. Landscaping, HMA asphalt, traffic control and site restoration. Contact: Tony Nguyen, PE - Project Engineer JOB COSTS: $1,002,761 (425) 837-3437 City of Federal Way Name of Contract. Lakota Park Stormwater Facility Repair, Contract AG#18-082 33328 8th Ave S Repair a settled earthen berm of a stormwater facility in Lakota Park. Replace 470 LF 18" Federal Way, WA 98003 concrete pipe with 24" CPEP pipe. Install two 48" manholes. Repair and restore running track and other site restoration. Contact: Fei Tang, PE - Project Engineer JOB COSTS: $295,533 (253) 835-2751 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHC1055LF 2017 Public Works Jobs and Major Projects as a General Contractor Seattle Public Utilities Type of Work: Pump Station 50 Airlift Replacement-Temp bypass pumping, remove all pipe, 700 Fifth Ave compressor and electrical in existing drywell. Remove slab top, install new slab top and convert Seattle, WA 98124 drywell to a wet well. Install new pumps and piping. Install new mechanical/electrical vault with piping, valves, electrical and controls. Restore site and landscaping. Contact: Bobby Jones, PE - Project Representative (206) 276-1762 JOB COSTS: $847,687 City of Issaquah Type of Work: Wildwood Tank Improvements - Upgrade existing 250,000 Gal Water Reservoir. 1775 12th Ave NW Install new mixing system, new overflow piping, new access hatch, ladders and platforms. Issaquah, WA 98027 Construct new seismic reinforcement ring inside of reservoir. Install new Dechlorination vault and automatic valve vault. Electrical and controls Contact: Tony Nguyen, PE - Project Engineer (425) 837-3437 JOB COSTS: $325,147 Alderwood Water and Type of Work. Picnic Point WWTF Air Gap Pump Systems- Construct new CMU building with Wastewater District metal roof. Purchase and install two new Air Gap Pump Skid systems with piping, valves 3626 156th St SW electrical and controls. Lynnwood, WA 98087 Contact: Josiah Hartom, PE - Project Engineer (425) 741-7969 JOB COSTS: $294,632 City of Sultan Type of Work: Grit Equipment Replacement Project- Remove old grit classifier, cyclone and 319 Main St associated equipment purchase and install new grit classifier, cyclone. New electrical. Sultan, WA 98294 Contact: Eric Smith, PE - RH2 Engineering (800) 720-8052 JOB COSTS: $72,807 Lakehaven Water and Type of Work: 2017 Lakota Headworks Screens/Compactor Installation & Upgrades- Replace Sewer District old screens and compactor with owner supplied bar screens and compactor. Install new odor PO Box 4249 control piping, gratings, electrical and controls. Temp bypass pumping. Install new rock trap Federal Way, WA 98063 on existing 48" RC pipe. Install 24" bypass line, 4 slide gates with actuators and retaining wall. Replace 6 actuators with new actuators in headworks. Contact: Aaron Werner, PE - BHC Consultants (206) 357-9925 JOB COSTS: $967,265 City of Lynnwood Type of Work: Lift Station 10 Wet Well Modifications -Temp bypass pumping. Remove old PO Box 5008 grating, piping and slide gates in wet well. Apply Xypex Coatings in wet well. Install new manual Lynnwood, WA 98036 operated slide gates, grating and piping. Install new pig port vault, stairs, railing and concrete slab Contact: Alex Fussell, PE - RH2 Engineers (425) 951-5348 JOB COSTS: $427,955 City of Tukwila Type of Work: 2016 Andover Park East Sewer Repair-Temp bypass pumping. Replace 435 LF 6300 Southcenter Blvd of 12" asbestos pipe with new PVC pipe on Andover Park East. Traffic control, site restoration. Tukwila, WA 98188 Contact: Jeff Faunce, PE -AKANA (206) 768-8500 JOB COSTS: $363,492 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHC1055LF 2016 Public Works Jobs and Major Projects as a General Contractor Covington Water District Type of Work. 222nd PI SE Wells C&D Improvements - Demolish two existing vaults for 18631 SE 300th Place for existing wells. Construct two new well buildings. Install new pumps, valves, fittings, piping, Kent, WA 98042 electrical & controls. Misc electrical work in 3 other well buildings. Contact: Fred French (253) 631-0565 JOB COSTS: $1,271,349 King County Type of Work: Vashon Treatment Plant UV Disinfection System #C00963C15 - Construct new 401 Fifth Ave U.V. Disinfection system and building. Install new inlet& discharge piping. New electrical and Seattle, WA 98104 controls for U.V. System. Demolish old U.V. System. Contact: Glen Hiraki, Project Representative (206) 263-1783 JOB COSTS: $610,144 Hartstene Pointe Type of Work. WAS Pump Station Improvements - Remove old pumps & piping. Install two Water-Sewer District new waste activated sludge pumps, valves, fittings & pipe. Minor electrical work. 772 Chesapeake Dr Contact: Mont Jeffreys, General Manager Shelton, WA 98584 (360)427-2413 JOB COSTS: $63,700 Cross Valley Water District Type of Work: Office Site Fueling Station - Install new above ground dual fuel tank. Install 8802 180th St SE oil-water separator. Minor electrical. Restore site. Snohomish, WA 98296 Contact: Curt Brees, General Manager (360) 668-6766, Ext 102 JOB COSTS: $89,700 Pierce County Public Works Type of Work: Warner Pump Station Chopper Pump Installation -Temporary bypass pumping. 9850 64th St W Remove old pumps, piping and valves. Install new pumps, piping and valves. Electrical University Place, WA 98467 upgrades. Contact: Jason Beaver, Civil Engineer (253) 798-3089 JOB COSTS: $109,332 Seattle Public Utilities Type of Work: Pump Station 70 Rehab & Forcemain Replacement-Temporary bypass 700 Fifth Ave pumping. Remove all electrical controls, mechanical & HVAC from existing lift station. Install Seattle, WA 98124 new electrical, controls, mechanical & HVAC in existing structure. Install new grating and grating supports. Direction drill new force main. Contact: Rosalind Liston-Riggs, Senior Inspector (206) 423-2576 JOB COSTS: $443,359 City of Sumner Public Works Type of Work: Parker Road Pump Station No. 5 - Construct a sewer pump station including 1104 Maple St temporary bypass, installation of force main, gravity sewer, new standby generator, electrical Sumner, WA 98390 and controls. Sheet pile shoring &vacuum pump dewatering. Site and street restoration. Contact: Jeff Faunce, PE -Akana (206) 768-8500 JOB COSTS: $1,610,780 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHC1055LF 2015 Public Works Jobs and Major Projects as a General Contractor Alderwood Water and Type of Work: S1015 Lift Station Upgrades - Installation of valve vaults along sewer force Wastewater District mains in County R.O.W. Significant upgrades of two sewer Lift Stations, and minor upgrades 3626 156th St SW at two additional Lift Stations. Lynnwood, WA 98087 Contact: Brigitte McCarty, PE - District Engineer (425) 741-7964 JOB COSTS: $1,644,809 City of Auburn Type of Work: Well 4 Emergency Power Improvements - Construct an 800 sq. ft. CMU 25 W Main St building with generator room and a chlorination room. Install new sodium hypochlorite Auburn, WA 98001 injection system and emergency generator with above ground fuel tank. Install grinder pump system and 1-1/2"diameter HDPE force main. Contact: Seth Wickstrom, PE - Project Engineer (253) 804-5034 JOB COSTS: $798,016 University of Washington Type of Work., South Campus Lift Station Renewal - Provide temporary bypass pumping. Capital Projects Office Replace existing pumps, pipe and fittings with new. Install new trolley crane and motor University Facilities Building control center. Seattle, WA 98195 Contact: John King, Project Manager (206) 616-6392 JOB COSTS: $320,632 City of Seattle Public Utilities Type of Work: North Union Bay 18B CSO Retrofit Project- Remove flow control device, 700 Fifth Ave installation of new slide gate and electric actuator, electrical and instrumentation Seattle, WA 98124 improvements, concrete sidewalk, roadway and curb restoration, landscape restoration. Contact: Bobby Jones, PE - Senior Resident Engineer (206) 276-1762 JOB COSTS: $322,695 Lakehaven Utility District Type of Work: 2015 Lakota Creek Fish Ladder Repairs - Provide temporary stream bypass 31627 1st Ave S pumping. Excavate and remove section of creek bed. Install new aggregates and boulders Federal Way, WA 98063 Restore site. Contact: Tim Osborne, PE - District Engineer (253) 945-1582 JOB COSTS: $54,500 Island County Public Works Type of Work: West Camano at Chapman Overflow- Install one 60" and one 72" catch 1 NE Sixth St basins with trash racks, 51 feet of buried 36" CPEP storm pipe, 77 feet of 36" CMP pipe Coupeville, WA 98239 secured with pipe anchors, riprap slope armoring. Contact: Matthew Lander, Project Manager (360) 240-5545 JOB COSTS: $110,120 Snohomish County Fire Type of Work: Underground Diesel Fuel Storage Tank Removal/Above Ground Diesel District No. 1 Fuel Storage Tank Installation - Remove 3000 gallon underground tank, install new 1000 12425 Meridian Ave W gallon above ground fuel tank at Fire Station Everett, WA 98208 Contact: Gary Kaufmann, CPM (425) 551-1216 JOB COSTS: $65,762 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHC1055LF 2014 Public Works Jobs and Major Projects as a General Contractor City of North Bend Type of Work: W.W.T.P. Solids Handling Odor Control System Improvements- Install new 1155 E. North Bend Way controlled butterfly valve, demister vessel and duct piping to existing odor control system North Bend, WA 98045 Contact: John Markus, PE -Tetra Tech (206) 883-9370 JOB COSTS: $72,461 Lakehaven Utility District Type of Work: Redondo WWTP Outfall Air Venting Project- Install new air-vac valve and 31627 1 st Ave S vault on existing 18" Outfall pipe. Federal Way, WA 98003 Contact: Andy Wilt, Project Engineer (253) 946-5402 JOB COSTS: $65,901 Mukilteo Water& Type of Work. S-7 Lift Station Pump & Rail System Replacement-Temporary pumping, Wastewater District remove 3 old pumps and install 3 owner supplied pumps with misc. electrical work at S-7 7824 Mukilteo Speedway Lift Station. Mukilteo, WA 98275 Contact: Eric Delfel, PE - Gray& Osborne, Inc. (206) 284-0860 JOB COSTS: $50,480 City of Tukwila Type of Work: Storm Lift Station No. 15 Improvements - Construct new CMU building to 6300 Southcenter Blvd #100 house Owner supplied , contractor installed 450 KW generator with new controls and electrical Tukwila, WA 98188 Contact: Scott Moore, Project Manager (206)431-2443 JOB COSTS: $336,394 Woodinville Water District Type of Work: Ringhill Booster Station Modifications - Install new Cla-Val, pipe, fittings, gate 17238 Woodinville-Duvall Rd valves and exhaust fan at existing booster station, Includes painting and electrical. Woodinville, WA 98072 Contact: Bill Reynolds, PE - PACE Engineers (425) 827-2014 JOB COSTS: $57,546 City of Renton Type of Work: Misty Cove Lift Station Replacement- Construct new Lift Station to replace old 1055 S. Grady Way Lift Station includes boring, horizontal directional drilling, dewatering, excavation of 33' deep Renton, WA 98057 for wet well. Construct new CMU electrical building and misc. site work. Contact: John Hobson, Renton Project Manager (425) 430-7279 JOB COSTS: $784,785 Public Works Training Exemption List As of November 28,2018 UBI# Company Name 601606 620 GARY HARPER CONSTRUCTION INC 601607 056 LANDTEK 601 607 332 CONLEY INC 601607 742 BOB THE GLASS GUY 601 608 203 ELITE FLOOR COVERINGS INC 601608 721 SEACOMM ERECTORS INC 601 608 722 GATEWAY CONTROLS INC 601608 731 MICHAEL LEON CONSTRUCTION INC 601609 012 Yonemitsu Geological Services 601609 100 FINAL TOUCH CLEANING SERVICE INC 601 609 160 ALPINE DEVELOPMENT INC 601 609 296 J R JOHNSON INC 601 609 420 ENGINEERED CONTROL SYSTEMS INC 601609 435 SCIMITAR CONSTRUCTION 601 609 804 BALLARD TREE SERVICE 601 610 650 COLUMBIA CABINETS NW LLC 601 610 832 NORWECO INC 601612 153 KEN'S CONSTRUCTION INC 601 612 273 HARKNESS EXCAVATING 601612 336 R C NORTHWEST INC 601 612 872 PARKIN ELECTRIC INC 601613 037 WALLA WALLA FENCE CO 601 613 162 BARON TELECOMMUNICATIONS 601613 363 BAKER SEPTIC TANK PUMPING INC 601 613 564 Steve Forler Trucking, Inc. 601613 635 KING CONCRETE INC 601 614 169 NORTHWEST PLUMBING CONTRS INC 601614 355 DIAMOND ROOFING INC 601 614 636 COM STEEL L L C 601 614 677 MABEN TRUCKING AND EXCAVATING 601 614 738 B& L UTILITY INC 601 615 096 WILLAMETTE VALLEY STEEL INC 601 615 130 PACIFIC STAR EXCAVATING INC 601 615 371 ARRIS KOLLMAN TRUCKING INC 601 615 428 SHAMROCK SECURITY SYSTEMS INC 601 615 590 UCONS LLC 601 615 596 HERITAGE PROF LANDSCAPING INC 601616 460 HALF MOON CONST& LEASING INC 601 616 889 DICK'S HTNG &A/C OF WENAT INC 601617 351 TEE PEE SEPTIC INC 601 617 617 J F DUNCAN INDUSTRIES INC 601617 718 BRONKHORST COMPANY 601 617 838 D J'S PLUMBING LLC 601617 895 MARKSMEN SERVICES INC 601 618 029 CRAIG CO 601618 035 B C V INC 601 618 076 ERON FOOTE PAINTING 601618 199 D& D CONSTRUCTION I INC 601 618 413 NORTHWEST PROF SERVICES INC Total Businesses: 11,548 Page 74 of 236 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(f)) 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 (December 4, 2019), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Bidder's 13u5iriegs as e Si6fiafure of Auth6rize fficial* Printed Na e Title AFL"Y& 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. Armstrong Well 2 Pump Replacement/Bond 15 November 12, 2019 Project Number: W20089 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 (December 4, 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. ltz' �� ��� Bidders Busi N-pme Signature of Authorized icial* Printed N me J-1 itle fah 0 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. Armstrong Well 2 Pump Replacement/Bond 16 November 12, 2019 Project Number: W20089 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within forty-five (45) calendar 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 I, to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: NAME O g 'ature of Authorized presentative (Print Name and T le) ` 7 � J Address / Armstrong Well 2 Pump Replacement/Bond 17 November 12, 2019 Project Number: W20089 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Gary Harper Construction,Inc. , as Principal, and The Ohio Casualty Insurance Company , as Surety are held apg fir ly �rve Percent h Yo)o bound unto the CITY OF KENT, as Obligee, in the penal sum of the total 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 Armstrong Well 2 Pump Replacement /Project Number: W20089 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 December 2019. Gary Harpe ctio P IPAL Gary Harper roi,,, ; The Ohio Casualty Insurance Clxrrpany1 Fx� �(�� L� `, �, vim• SURETY Roxana Palacios,AStl�rncy-in-Fact .'�y,'•:8s�;>. Received return of deposit in the sum of $ i i t i Armstrong Well 2 Pump Replacement/Bond 18 November 12, 2019 Project Number: W20089 ! I ¢k E This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual... The Ohio Casualty Insurance Company Certificate No:8202355-969071 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Scott Alderman,Jamie Armfield,Timothy S.Buhite,John Drummey Jr,Amber Engel,Peggy A.Firth,Brandi Heinbaugh,Debbie Lindstrom,Kathleen M.Mitchell,Deanna K.Nakashima,Roxana Palacios,Katie Snider,Gail E.Tsuboi,Holly E.Ulfers all of the city of Seattle state of Washington each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of October , 2019 . Liberty Mutual Insurance Company INSlui �ZY INS&q� %Nsub The Ohio Casualty Insurance Company J=`oRPO�r�Ogy� Q=4opvor�TQyyci \�24DaPD�ro2� West American Insurance Company g 'r 91912�y yy1919� o a 1991 a fn d�sSACHUs�.aD ryHAMPs�`�D •! �NDIANP' a� r C By rn lZ David M.Carey,Assistant Secretary State of PENNSYLVANIA >> a) :3 County of MONTGOMERY ss to 0 a) On this 15th day of October , 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o Z3 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes— > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Lmi Lu a IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. a) n L (65 oMpPASrF COMMONELTH OF PNNSYLYAM O yrF � LO Notarial Seale O OF Q) Teresa Pastella,Notary Public top Upper MarionTwp.,Montgomery County By: 05 My Commission Expires March 28,2021 � E ryA Teresa Pastella,Notary Public O M Alin qRY P�$�, Member,Pennsylvania Association of Notaries o co Ln o This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual E rn Insurance Company,and WestAmerican Insurance Company which resolutions are now in full force and effect reading as follows: o aa) - m ARTICLE IV-OFFICERS:Section 12.Power of Attorney. y o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the FU _0 > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o M c any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall a N > have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such "-0O z � instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the c�i 00 provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. 0 6 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. 0— Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, I. shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mut al Insurance(;ogipany,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Polgtf of Aj& a ec�Ited by said Companies,is in full force and effect and has not been revoked. .' ` P. . IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this * day Ob ,y'y !q INS(/ �ZY INSV a INSUR •# i .► ^ J 3°oRPo�T�oy�t� Q 3°opvo�ro'Qyyc' opvoRyT�y�' -',. a o R g n o {+ c/ o_ yc1919� 0 1912 1991 d�Ss4CHU5" -aa y0 ryHA MPs a� �NDIANP a B9 l.r a s a Renee lftetl n Assistant Secretary, a y ry f 4 LMS-12873 LMIC OCIC WAIC Multi Co 062018 - - CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Armstrong Well 2 Pump Replacement Project Number: W20089 NAME OF PROJECT NAME OF BIDDER'S FIRM SI N URE OF AUT I2ED REPRESENTATIVE OF BIDDER Armstrong Well 2 Pump Replacement/Bond 19 November 12, 2019 Project Number: W20089 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:IInsert 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 $ Armstrong Well 2 Pump Replacement/Bond 20 November 12, 2019 Project Number: W20089 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 Armstrong Well 2 Pump Replacement/Bond 21 November 12, 2019 Project Number: W20089 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 ....................E� , Orderof Contents................................................................................. Invitationto Bid...................................................................................� Contractor Compliance Statement........................................................®' Date ............................................................................................Id/ Have/have not participated acknowledgment.............................1311" Signatureand address ................................................................ITS Declaration - City of Kent Equal Employment Opportunity Policy ........1 Dateand signature......................................................................III AdministrativePolicy ...........................................................................0,- Proposal............................................................................................... First line of proposal - filled in....................................................L Unit prices are correct.................................................................EY" Subcontractor List (contracts over $100K) ..........................................R--" Subcontractors listed properly...................... ®' .............................. Signature ....................................................................................E11 Subcontractor List (contracts over $1 million).....................................Er Subcontractors listed properly....................................................a- Dateand signature......................................................................f1Y Contractor's Qualification Statement ...................................................11", Completeand notarized ..............................................................1� Statement that Bidder Has Not Been Disqualified ................................p' Certification of Compliance with Wage Payment Statutes.................... ProposalSignature Page......................................................................Fa' All Addenda acknowledged .........................................................I Date, signature and address .......................................................per BidBond Form...................................................................................... Signature, sealed and dated........................................................©' Powerof Attorney.......................................................................g/ (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form .................................................................f� Signature ....................................................................................rrl- 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. Armstrong Well 2 Pump Replacement/Bond 22 November 12, 2019 Project Number: W20089 PAYMENT AND PERFORMANCE BOND TO C I TY OF KENT KENT Bond No. 47KO09527 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Gary Harper Construction, Inc. as Principal, and The Ohio Casualty Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $101,629.00--- , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Armstrong Well 2 Pump Replacement/Project Number: W20089 (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. Armstrong Well 2 Pump Replacement/Bond 23 November 25, 2019 Project Number: W20089 TWO WITNESSES: Gary Harper Construction, Inc. PRINCIPAL (enter rn " al's name above) BY: ary A. Harp r _s-z? �� TITLE: President PRINT NA OE DATE: 1�//� /�tr/ DATE: CORPORATE SEAL: PRINT NAME DATE: /�I�O� G The Ohio Casualty Insurance Company SURETY CORPORATE SEAL: BY: �`z ' �`:°'•' `,•yP mot. N. Holly E. Ulfers ��,� ' '' .�;'•.,:�'; DATE: January 10, 2020 it• + _$ J Attorne in-Fact TITLE: Y- X.0 ADDRESS: 17771 Cowan, Suitt ,; Irvine, CA 92614 800.782.1546 suretyservice@libertymutual.com 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 Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY Armstrong Well 2 Pump Replacement/Bond 24 November 25, 2019 Project Number: W20089 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual The Ohio Casualty Insurance Company Certificate No:8202355-969071 10� West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Scott Alderman,Jamie Armfield,Timothy S.Buhite,John Drummey Jr.,Amber Engel,Peggy A.Firth,Brandi Heinbaugh,Debbie Lindstrom,Kathleen M.Mitchell,Deanna K.Nakashima,Roxana Palacios,Katie Snider,Gail E.Tsuboi,Holly E.Ulfers all of the city of Seattle state of Washington each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of October , 2019 Liberty Mutual Insurance Company P�1NSuo P�1Y INS& a INS U pq The Ohio Casualty Insurance Company °oaPORaT ��, 10 °oaPORaT�y �GP°OaPOR4T ti� West American Insurance Company > J IFFo 0 Q 3 Fo n 3 Fo (� co rn 1912 0 1919 1991 �/� m v o Q O l vi Cy�9`PSACH0`��S,dD yO HAMP`��•dD3 YS �N01ANP .at7 C 0/7 * *ev �h1 + �� �M + ti� By: Ch c David M.Carey,Assistant Secretary State of PENNSYLVANIA > County of MONTGOMERY ss Is w a> On this 15th day of October , 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o i3 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes—F- N CO > therein contained by signing on behalf of the corporafions by himself as a duly authorized officer. 0 Lu >' CU IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. Q � � 5P PAST O O O N Q� VONw� F� COMMONWEALTH OF PENNSYLVANIA O 9� f Notarial Seal Q%�` i Y Teresa Pastella,Notary Public O 6 OF Upper Marion Twp.,Montgomery County By: My Commission Expires March 28,2021 � E va \U Teresa Pastella,Notary Public O N a) gPT;y ��. Member,Pennsylvania Association of Notaries a O (K3 N 9 a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Z o.'= Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o a) ai ARTICLE IV-OFFICERS:Section 12.Power of Attorney. =3 o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the Q >, President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o Cany and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall N 16 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such "'°O Z instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the cr i provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. c°O ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. 00 Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, H shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power 91Mtorney executed by said Companies,is in full force and effect and has not been revoked. y+%� IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this, 10 _day►pE■ t lanuar} 2020 M �p Jp oaPor�Ry? JP�°aPo yy&Pq P� \NSUrp �w `}ldvan ,t F n y o c ° rt cap b 1912yo 01919� o Q 199 G r B3 d� SA CHUSP'-dD O h'yAMPs� a� Y �NOIAN� a. y• 0iy * t dyl * *�d SUM * >�a R$ ;�.Li"ewe,ya Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 Fi i` }�5�3+' CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Gary Harper Construction, Inc. organized under the laws of the State of Washington located and doing business at 14831 223rd St SE Snohomish WA 98296 ("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: Armstrong Well 2 Pump Replacement/ Project Number: W20089 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2018 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within forty-five (45) calendar 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. Armstrong Well 2 Pump Replacement/Bond 25 November 25, 2019 Project Number: W20089 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. Armstrong Well 2 Pump Replacement/Bond 26 November 25, 2019 Project Number: W20089 CITY OF KENT -�Dai\a- BY: DANA RALPH, MAYOR DATE: I Z ATTE :r KIMBERLEY A. dDMOTO, CITY CLERK APPROVED AS TO FORM: N9 -r7L� KENT LAW DEPARTMENT CONTRACTOR I ' PRINT NAME: Gary A. Harpe TITLE: President DATE:— January 13, 2020 Armstrong Well 2 Pump Replacement/Bond 27 November 25, 2019 Project Number: W20089 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 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. Armstrong Well 2 Pump Replacement/Bond 28 November 25, 2019 Project Number: W20089 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Armstrong Well 2 Pump Replacement/Bond 29 November 25, 2019 Project Number: W20089 EXH I B I T A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Armstrong Well 2 Pump Replacement/Bond 30 November 25, 2019 Project Number: W20089 GARYHAR-06 RLEGAULT '4�oRo CERTIFICATE OF LIABILITY INSURANCE DATDIYYYY) 1/10/210/2020 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 rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hub International Northwest LLC PHONE FAX P.O.Box 3018 (A/C,No,Ext):(425)489-4500 (A/C,No):(425)485-8489 Bothell,WA 98041 ADE-MAILDRESS:now.info hubinternational.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Admiral Insurance Company 24856 INSURED INSURER B:Mutual of Enumclaw Insurance Company 14761 Gary Harper Construction,Inc. INSURER C:Landmark American Insurance Company 33138 14831 223rd St SE INSURER D: Snohomish,WA 98296 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. NOTVVITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP 1 LT NSD WVD MM/DD/YYYYI IMMIDDfYYYYI I LIMITS A X COMMERCIAL GENERAL LIABILITY - EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE OCCUR CA00003673001 12/1/2019 12/1/2020 PS RE M AMAET ea RENTED TU ante $ 300,600 MED EXP(Anv one rson $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY EIQT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: WA STOP GAP $ 1,000000 B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea dent) $ _ X ANY AUTO CPP0025713 12/1/2019 12/1/2020 BODILY INJURY Perperson) $ OWNED r SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY L $ AUTOS ONLY Per accident $ C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE LHA248372 12/1/2019 12/1/2020 AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 WORKERS COMPENSATION PER OR EMPLOYERS'LIABILITY Y/N TAT T ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OF EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:Armstrong Well 2 Pump Replacement-Project#W20089 The City of Kent is included as an additional insured per policy forms attached;subject to policy terms,conditions,and exclusions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Kent,WA 98032 AUTHORIZED REPRESENTATIVE aw� ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy Number:CA000036730-01 AD 68 93 0117 Effective Date: 12/01/2019 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ENHANCED COVERAGE (Commercial General Liability Coverage Form) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM I. AMENDED EXCLUSIONS NON-OWNED WATERCRAFT COVERAGE-Up to 55 feet SECTION I—COVERAGES—COVERAGE A—BODILY INJURY AND PROPERTY DAMAGE LIABILITY,Exclu- sion g.Aircraft,Auto or Watercraft,Paragraph(2)is deleted in its entirety and replaced by the following: (2) A watercraft you do not own that is: (a) Less than 55 feet long;and (b) Not being used to carry persons or property for a charge; MEDICAL PAYMENTS— PRODUCTS-COMPLETED OPERATIONS HAZARD SECTION I—COVERAGES—COVERAGE C—MEDICAL PAYMENTS Exclusion f.Products-Completed Operations Hazard is deleted in its entirety. CONSOLIDATED(WRAP-UP)INSURANCE PROGRAM EXCLUSION (LIMITED EXCEPTION FOR OPERATIONS AWAY FROM PROJECT LOCATION) The following exclusion is added to paragraph 2.,Exclusions of COVERAGE A—BODILY INJURY AND PROPERTY DAMAGE LIABILITY(Section I—Coverages): This insurance does not apply to"bodily injury"or"property damage"arising out of either your ongoing operations or opera- tions included within the"products-completed operations hazard"at any location for which a consolidated(wrap-up)insur- ance program has been provided by the prime contractor/project manager or owner of the construction project in which you are involved. This exclusion applies whether or not the consolidated(wrap-up)insurance program: (1) Provides coverage identical to that provided by this Coverage Form; (2) Has limits adequate to cover all claims;or (3) Remains in effect. However,if the consolidated(wrap-up)insurance program does not provide coverage for your operations that are performed away from the location of the construction project,this exclusion will not apply. AD 68 93 01 17 Includes copyrighted material of Insurance Services Office,Inc., Page 1 of 8 0 with its permission,2009,2012&2013. II. AMENDED COVERAGES KNOWLEDGE OF OCCURRENCE The following paragraph is added to Section IV—Commercial General Liability Conditions Paragraph 2.Duties In The Event Of Occurrence,Offense,Claim or Suit: Notice of an"occurrence"which may result in a claim under this insurance shall be given as soon as practicable after knowledge of the"occurrence"has been reported to you,one of your"executive officers",or any"employee"authorized by you to give or receive notice of an"occurrence". UNINTENTIONAL ERRORS AND OMISSIONS The following paragraph is added to Section IV—Commercial General Liability Conditions Paragraph 6.Representations: However,the unintentional omission of,or unintentional error in,any information given or provided by you shall not preju- dice your rights under this insurance. However,this provision does not affect our right to collect additional premium or to exercise our right of cancellation or non-renewal. III. ADDED COVERAGES PERSONAL PROPERTY OF OTHERS IN YOUR CARE,CUSTODY OR CONTROL— LIMITED COVERAGE SCHEDULE Sub-Limits of Insurance: $10,000 Each Occurrence(Included in the Each Occurrence Limit shown in the Declarations) $10,000 Aggregate(Included in the General Aggregate Limit shown in the Declarations) The Sub-Limits of Insurance shown above are included within and not in addition to the Each Occurrence Limit and the General Aggregate Limit shown in the Declarations. Supplementary Payments will reduce the Each Occurrence and Aggregate Sub-Limits of Insurance shown above. It is agreed COMMERCIAL GENERAL LIABILITY COVERAGE FORM-SECTION I—COVERAGE A Exclusion j.(4) is deleted,but only with respect to personal property of others in the care,custody or control of the Named Insured,subject to the following exclusions,conditions and limitations. 1. Exclusions This insurance does not apply to: a. "Property damage"arising out of operations performed on behalf of the Named Insured by others; b. "Property damage"arising out of an"occurrence"at premises owned,rented,leased,operated,occupied or used by you; c. "Property damage"to property while in transit; d. "Property damage"arising out of any error,omission or deficiency in the design,specifications,workmanship or materials of the personal property in the Named Insured's care,custody or control; e. "Property damage"arising out of delay,loss of market,loss of use,loss of profits,or any similar indirect or conse- quential loss of any kind; f. "Property damage"included within the"products-completed operations hazard";or g. Damages exceeding the actual cash value of the personal property in the care,custody or control of the Named In- sured at the time of the"occurrence." 2. Conditions Our right and duty to defend ends when we have used up the applicable sub-limit of insurance in the payment of judg- ments or settlements or Supplementary Payments under the insurance provided by this endorsement. AD 68 93 0117 Includes copyrighted material of Insurance Services Office,Inc., Page 2 of 8 0 with its permission,2009,2012&2013. 3. Limits of Insurance a. The amount we will pay for damages is limited as described below with respect to damages covered under this en- dorsement: (1) The Aggregate Limit shown in the Schedule is the most we will pay for the sum of all damages because of "property damage"; (2) The Each Occurrence Limit shown above is the most we will pay for the sum of all damages because of"prop- erty damage"arising out of any one"occurrence"; (3) Supplementary Payments will reduce the Each Occurrence and Aggregate Limits of Insurance shown in the Schedule;and (4) All sums we pay for damages or Supplementary Payments under this endorsement will reduce the Each Occur- rence Limit and the General Aggregate Limit shown in the Declarations. 4. Other Insurance This insurance is excess over any other valid and collectible Property or Inland Marine insurance available to you,either as a Named Insured or an Additional Insured,whether primary,excess,contingent or any other basis. PRIMARY AND NONCONTRIBUTORY— OTHER INSURANCE CONDITION (Insurance Services Office Endorsement CG 20 0104 13) The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek 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 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek con- tribution from any other insurance available to the additional insured. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (Insurance Services Office Endorsement CG 24 04 05 09) SCHEDULE Name Of Person Or Organization: Any person or organization,but only if the following conditions are met: (1) You have expressly agreed to the waiver in a written contract;and (2) The injury or damage first occurs subsequent to the execution of the written contract. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. The following is added to Paragraph 8.Transfer Of Rights Of Recovery Against Others To Us of Section IV—Condi- tions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the"products-completed operations hazard". This waiver applies only to the per- son or organization shown in the Schedule above. AD 68 93 01 17 Includes copyrighted material of Insurance Services Office,Inc., Page 3 of 8 0 with its permission,2009,2012&2013. CONTRACTUAL LIABILITY—RAILROADS (Insurance Services Office Endorsement CG 24 17 10 01) SCHEDULE Scheduled Railroad: Designated Job Site: Any railroad,but only if the following conditions are met: Any job site covered by this insurance where you are per- a. You have expressly agreed to indemnify the railroad in forming operations for or affecting a Scheduled Railroad. a written contract entered into by you;and b. The injury or damage occurs subsequent to the execu- tion of the written contract. (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applica- ble to this endorsement.) With respect to operations performed for,or affecting,a Scheduled Railroad at a Designated Job Site,the definition of"in- sured contract"in the Definitions section is replaced by 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 per- mission 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 munici- pality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business(including an indemnification of a munici- pality 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 liabil- ity 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 dam- age; (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 Paragraph(1) above and supervisory,inspection,architectural or engineering activities. DESIGNATED CONSTRUCTION PROJECT(S)GENERAL AGGREGATE LIMIT (WITH TOTAL AGGREGATE LIMIT FOR COVERAGES A,B AND C) SCHEDULE Designated Construction Projects: All construction projects covered by this insurance. (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applica- ble to this endorsement.) AD 68 93 0117 Includes copyrighted material of Insurance Services Office,Inc., Page 4 of 8 13 with its permission,2009,2012&2013. A. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences"under COVER- AGE A(SECTION I),and for all medical expenses caused by accidents under COVERAGE C(SECTION I),which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction pro- ject,and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. However,the most we will pay under the Designated Construction Project General Aggregate Limit for all Desig- nated Construction Projects combined is$5,000,000 . 2. The Designated 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 Designated Construction Project General Aggregate Limit for that designated construction project. Such pay- ments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Des- ignated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 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 Designated Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences"under COVER- AGE A(SECTION I),and for all medical expenses caused by accidents under COVERAGE C(SECTION I),which can- not be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 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 Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the"products-completed operations hazard"is provided,any 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 Desig- nated Construction Project General Aggregate Limit. D. If the applicable designated 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 Limits Of Insurance(SECTION III)not otherwise modified by this endorsement shall continue to ap- ply as stipulated. IV. ADDITIONAL INSUREDS ADDITIONAL INSURED—LESSOR OF LEASED EQUIPMENT— AUTOMATIC STATUS WHEN REQUIRED IN LEASE AGREEMENT WITH YOU (Insurance Services Office Endorsement CG 20 34 04 13) A. Section II—Who Is An Insured is amended to include as an additional insured any person(s)or organization(s)from whom you lease equipment when you and such person(s)or organization(s)have agreed in writing in a contract or agree- ment that such person(s)or organization(s)be added as an additional insured on your policy.Such person(s)or organiza- tion(s)is an insured only with respect to liability for"bodily injury","property damage"or"personal and advertising injury"caused,in whole or in part,by your maintenance,operation or use of equipment leased to you by such person(s) or organization(s). However,the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law;and AD 68 93 0117 Includes copyrighted material of Insurance Services Office,Inc., Page 5 of 8 0 with its permission,2009,2012&2013. 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional in- sured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agree- ment with you for such leased equipment ends. B. With respect to the insurance afforded to these additional insureds,this insurance does not apply to any"occurrence" which takes place after the equipment lease expires. C. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. ADDITIONAL INSURED—MANAGERS OR LESSORS OF PREMISES (Insurance Services Office Endorsement CG 20 1104 13) SCHEDULE Designation Of Premises(Part Leased To You): All premises leased to you and covered by this insurance. Name Of Person(s)Or Organization(s)(Additional Insured): Any person or organization that is a manager or lessor of real property,but only if coverage as an additional insured is re- quired by a written contract or written agreement that is an"insured contract",and provided the"bodily injury"or"prop- erty damage"first occurs,or the"personal and advertising injury"offense is first committed,subsequent to the execution of the contract or agreement. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section I1—Who Is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule,but only with respect to liability arising out of the ownership,maintenance or use of that part of the premises leased to you and shown in the Schedule 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 person(s)or or- ganization(s)shown in the Schedule. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law;and 2. If coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. AD 68 93 01 17 Includes copyrighted material of Insurance Services Office,Inc., Page 6 of 8 C3 with its permission,2009,2012&2013. ADDITIONAL INSURED—MORTGAGEE,ASSIGNEE OR RECEIVER (Insurance Services Office Endorsement CG 20 18 04 13) SCHEDULE Name Of Persons Or Organization(s) Designation Of Premises Any person or organization that is a mortgagee,assignee or re- All premises covered by this insurance. ceiver for a premises shown in this Schedule,but only if cov- erage as an additional insured is required by a written contract or written agreement that is an"insured contract',and pro- vided the"bodily injury"or"property damage"first occurs,or the"personal and advertising injury"offense is first commit- ted,subsequent to the execution of the contract or agreement. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II—Who Is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule,but only with respect to their liability as mortgagee,assignee,or receiver and arising out of the owner- ship,maintenance,or use of the premises by you and shown in the Schedule. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law;and 2. If coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. This insurance does not apply to structural alterations,new construction and demolition operations performed by or for that person or organization. C. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. ADDITIONAL INSURED—TRADE SHOW SPONSOR— AUTOMATIC STATUS WHEN REQUIRED IN WRITTEN AGREEMENT WITH YOU A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization who is a sponsor of a trade show where you are operating a booth or displaying your product,but only: 1. For injury or damage occurring at the trade show;and 2. When you and such person or organization have agreed in writing in a contract or agreement executed prior to the beginning of the trade show that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for"bodily injury","property damage" or"personal and advertising injury"caused,in whole or in part,by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf, while attending the trade show sponsored by this additional insured. AD 68 93 01 17 Includes copyrighted material of Insurance Services Office,Inc., Page 7 of 8 0 with its permission,2009,2012&2013. A person's or organization's status as an additional insured under this endorsement ends when your attendance at the trade show ends. B. With respect to the insurance afforded to these additional insureds,the following additional exclusion applies: This insurance does not apply to"bodily injury"or"property damage"arising out of"your work"or"your product"and included in the"products-completed operations hazard". C. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. ADDITIONAL INSURED—STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION—PERMITS OR AUTHORIZATIONS (INSURANCE SERVICES OFFICE ENDORSEMENT CG 20 12 04 13) SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: Any state or governmental agency or subdivision or political subdivision that has issued a permit or authorization for opera- tions performed by you or on your behalf. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II—Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision shown in the Schedule,subject to the following provisions: 1. 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. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law;and b. If coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. This insurance does not apply to: a. "Bodily injury", "property damage"or"personal and advertising injury"arising out of operations performed for the federal government,state or municipality;or b. "Bodily injury"or"property damage"included within the"products-completed operations hazard". B. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. AD 68 93 0117 Includes copyrighted material of Insurance Services Office,Inc., Page 8 of 8 0 with its permission,2009,2012&2013. Policy Number: CA000036730-01 CG 20 37 04 13 Effective Date: 12/01/2019 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Or Organization(s) Completed Operations Any person or organization that is an owner or manager of All locations except locations where"your work"is or was real property or personal property for whom you work or related to a job or project involving single-family dwellings, have worked,or a contractor on whose behalf you work or multi-family dwellings(other than rental apartments in an have worked,but only if coverage as an additional insured apartment building:(a)originally constructed and at all times extending to"bodily injury"or"property damage"included used for such purpose,or(b)converted from a commercial in the"products-completed operations hazard"is required by building),condominiums,townhomes,townhouses,time- a written contract or written agreement that is an"insured share units,fractional-ownership units,cooperatives and/or contract"and provided that the"bodily injury"or"property any other structure or space used or intended to be used as a damage"first occurs subsequent to the execution of the residence. contract or agreement. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II—Who Is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule,but only with respect to liability for"bodily injury"or"property damage"caused,in whole or in part,by "your work"at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the"products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law;and 2. If coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 ©Insurance Services Office,Inc.,2011 Page 1 of 1 E3 Policy Number:CA000036730-01 CG 20 10 04 13 Effective Date: 12/01/2019 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization s Location(s)Of Covered Operations Any person or organization that is an owner or manager of All locations at which the Named Insured is performing real property or personal property on which you are per- ongoing operations. forming ongoing operations,or a contractor on whose be- half you are performing ongoing operations,but only if cov- erage as an additional insured is required by a written contract or written agreement that is an"insured contract", and provided the"bodily injury"or"property damage"first occurs,or the"personal and advertising injury"offense is first committed,subsequent to the execution of the contract or agreement. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II—Who Is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule,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 location(s)designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law;and 2. If coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. 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. All 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 CG 20 10 04 13 ©Insurance Services Office,Inc.,2012 Page 1 of 2 0 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. C. With respect to the insurance afforded to these additional insureds,the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 10 04 13 ©Insurance Services Office,Inc.,2012 Page 2 of 2 E3 COMMERCIAL AUTO EA 99 11 03 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SPECIAL BUSINESS AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The following changes revise SECTION I — COVERED The coverage that applies is the same as the AUTOS coverage provided for the vehicle being replaced. Paragraph C.1. is deleted and replaced with the Physical Damage Coverage is extended to the following: temporary substitute auto for the lesser of the 1. Trailers following number of days: a. "Trailers" with a load capacity of 2,000 1. The number of days reasonably required to pounds or less designed primarily for travel repair or replace the covered "auto" that is out on public roads; or of service; or b. "Trailers" designed primarily for travel on 2. 30 days. public roads when: The following changes revise SECTION II — LIABILITY (1) Pulled by an owned private passenger COVERAGE auto specifically described in Item The following is added to Paragraph A.1.: Three of the Declarations as a covered d. Blanket Additional Insured "auto" for Liability Coverage under this Coverage Form; and Any person or organization that you are required to include as an additional insured (2) Not used for business, farming or on this Coverage Form in a written contract ranching purposes. or agreement that is signed and executed Private passenger auto means a motor by you before the"bodily injury"or"property vehicle of the private passenger, station damage" occurs and that is in effect during wagon, pickup or van type designed for use the policy period is an "insured" for Liability on public highways and subject to motor Coverage, but only for damages to which vehicle registration. this insurance applies. The following is added: A person's or organization's status as an D. Temporary Substitute Autos—Physical Damage additional insured under this endorsement ends when your contract or agreement with If Physical Damage Coverage is provided by this such person or organization ends. Coverage Form, the following types of vehicles are also covered "autos" for Physical Damage The Limits of Insurance applicable to the Coverage: Additional Insured are those specified in the written contract or agreement but not more Any "auto" you do not own while used with the than the Limits of Insurance specified in the permission of its owner as a temporary substitute Declarations of this policy. The Limits of for a covered "auto" you own that is out of service Insurance applicable to the Additional because of its: Insured are inclusive of and not in addition 1. Breakdown; to the Limits of Insurance shown in the 2. Repair; declarations for the Named Insured. 3. Servicing; This Coverage does not apply to lessors of leased"autos". 4. "Loss"; or 5. Destruction. EA 99 11 03 18 Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 1 of 6 e. Broadened Named Insured 2. Towing Any business entity newly acquired or We will pay up to $200 for a covered "auto" for formed by you during the policy period towing and labor costs incurred each time the provided you own 51% or more of the covered "auto" is disabled. However, the labor business entity and the business is not must be performed at the place of disablement. separately insured for Business Auto This coverage is excess over Coverage. Coverage is extended up to a maximum of 180 days following acquisition a. any limit shown in the Declarations for or formation of the business entity or until towing and labor costs; and the end of the policy period, whichever b. any other collectible insurance. comes first. This coverage applies only for an "auto" f. Employee Hired Auto covered on this policy for An"employee"of yours is an "insured"while c. Comprehensive or Specified Causes of operating an "auto" hired or rented under a Loss Coverage; and contract or agreement in that "employee's" d. Collision Coverage. name, with your permission, while performing duties related to the conduct of The following is added to Paragraph A.3 your business. Glass Repair—Waiver of Deductible Paragraphs A.2.a.(2) and A.2.a.(4) are deleted and No deductible will apply to glass breakage if replaced with the following: such glass is repaired in a manner acceptable 2. Coverage Extensions to us rather than replaced. a. Supplementary Payments Paragraph AA.a. is deleted and replaced with the (2) Up to $5,000 for cost of bail bonds following: (including bonds for related traffic law 4. Coverage Extensions violations) required because of an a. Limited Rental Reimbursement or Travel "accident"we cover. We do not have to Expense furnish these bonds. 4 All reasonable expenses incurred b ma will pay f t$ $75 per day e a ( ) p Y maximum of $2,250 for rental the "insured" at our request, including reimbursement expenses for the rental of actual loss of earnings up to$500 a day an "auto" or other transportation expense because of time off from work. incurred by you because of "loss" to a Paragraph B.5. is deleted and replaced with the covered "auto" which is covered by following: Comprehensive, Specified Causes of Loss, 5. Fellow Employee or Collision coverage under this policy. No deductible applies to this coverage. "Bodily Injury"to: (1) We will pay only for those expenses a. Any fellow "employee" of the "insured" incurred as a result of a covered "loss" arising out of and in the course of the fellow occurring during the policy period "employee's" employment or while beginning 24 hours after the "loss" and performing duties related to the conduct of ending, regardless of the policy's your business. This exclusion does not expiration, with the lesser of the apply to an "insured" who occupies a following number of days: position as an officer, manager or (a) The number of days reasonably supervisor.; or required to repair or replace the b. The spouse, child, parent, brother or sister covered "auto". If "loss" is caused of that fellow"employee"as a consequence by theft, this number of days is of Paragraph a. above. added to the number of days it The following changes revise SECTION III—PHYSICAL takes to locate the covered "auto" DAMAGE COVERAGE and return it to you; or This coverage applies only for a covered "auto" for (b) 30 days. which Physical Damage Coverage is provided for on (2) Our payment under this Coverage this policy. Extension (4.a.) is limited to the lesser Paragraph A.2. is deleted and replaced with the of the necessary and actual expenses following: incurred or the maximum amount A. COVERAGE shown, $2,250. EA 99 11 03 18 Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 2 of 6 (3) Coverage under this Coverage "loss", and such equipment is Extension (4.a.) does not apply while designed to be solely operated by there are spare or reserve "autos" use of the power from the "auto's" available to you for your operations. electrical system, in or upon the (4) If a covered "auto" is described or covered "auto". designated as a covered "auto" on (b) We will pay with respect to a endorsement EA 99 01, the coverage covered "auto" described in the provided by this extension is excess Schedule for "loss" to any over coverage provided by accessories used with the endorsement EA 99 01. electronic equipment described in The following is added to paragraph A.4. Paragraph (1)(a) above. However, this does not include tapes, records c. Tapes, Records and Discs or discs. We will pay for "loss" to tapes, records, (2)Exclusions compact discs, or other similar devices used with audio, visual or data electronic The exclusions that apply to Physical devices. Damage Coverage, except for the exclusion relating to Audio, Visual and (1) We will pay only if the tapes, records, Data Electronic Equipment, also apply compact discs, or other similar devices: to coverage provided by this extension. (a) Are your property or that of a family In addition, the following exclusions member; or apply: (b) Are the property of an "employee" We will not pay, under this extension, using a covered "auto" in your for either any electronic equipment or business affairs at the time of the accessories used with such electronic "loss"; and equipment that is: (c) Are in a covered "auto" which (a) Necessary for the normal operation sustains other covered "loss" under of the covered "auto" or the Comprehensive or Collision monitoring of the covered "auto's" coverage at the time of the"loss" to operating system; or tapes, records, compact discs, or (b) An integral part of the same unit other similar devices. housing any sound reproducing (2) The most we will pay for "loss" under equipment designed solely for the this Coverage Extension (4.c.) is $200. reproduction of sound if the sound (3) Physical Damage Coverage provisions reproducing equipment is apply to this coverage, except that any permanently installed in the deductible applicable to covered "auto" in the opening of the Comprehensive or Collision coverage dash or console normally used by does not apply to this Coverage the manufacturer for the installation Extension (4.c.). of a radio. d. Audio, Visual and Data Electronic (3) Limit of Insurance Equipment With respect to coverage under this (1) Coverage extension the Limit of Insurance a We will provision of Physical Damage ( ) pay with respect to a Coverage is replaced by the following: covered "auto" described in the (a) The most we will pay for all "loss" to Schedule for"loss"to any electronic audio, visual or data electronic equipment that receives or equipment and any accessories transmits audio, visual or data used with this equipment as a result signals and that is not designed of any one "accident" is the lesser solely for the reproduction of sound. of: This coverage applies only if the equipment is permanently installed (i) The actual cash value of the in the covered "auto" at the time of damaged or stolen property as the "loss" or the equipment is of the time of the"loss"; removable from a housing unit which is permanently installed in the covered "auto" at the time of the EA 99 11 03 18 Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 3 of 6 (ii) The cost of repairing or g. Camper Bodies replacing the damaged or In the event of a "loss" to a detached stolen property with other "camper," physical damage coverage will property of like kind and quality; apply as if it were part of the covered "auto" or on which it is rated. (iii)$500. h. Contents of a Travel Trailer, Camper or (b) An adjustment for depreciation and Motor Home physical condition will be made in When a Travel Trailer, "Camper' or Motor determining actual cash value at Home is a scheduled auto for physical the time of the"loss". damage coverage, we will pay up to $1,000 (c) If a repair or replacement results in for "loss" to personal property belonging to better than like kind or quality, we you or a family member that is within the will not pay for the amount of Travel Trailer, "Camper" or Motor Home. betterment. We will pay up to $250 for"loss"to personal (4) Deductible property belonging to you or a family member that is outside the Travel Trailer, No deductible applies to this coverage. "Camper' or Motor Home. The insurance provided by this extension is (1) We will not pay for"loss" to: excess over any other collectible insurance. (a) Articles carried or held for sale, e. Custom Signs and Decorations storage or repairs, or for later Physical Damage coverage on a covered delivery; goods kept to show or sell; "auto" may be extended to "loss"to custom or theatrical wardrobes. signs and decorations including custom (b) Business, store of office furniture or murals, paintings or other decals or equipment. graphics. (c) Records or accounts, money, Our limit of liability for loss to custom signs bullion, deeds, contracts, evidences and decorations shall be the least of: of debt, securities, tokens or tickets, (1) Actual cash value of the stolen or stamps in current use or damaged property; manuscripts. (2) Amount necessary to repair or replace (d) Animals, private passenger "autos," the property; or motorcycles, aircrafts, boats or any (3) $500. other motorized vehicles or their equipment, furnishings or f. Personal Effects Coverage appurtenances. (1) Physical Damage Coverage on a (e) Equipment or accessories while covered "auto" may be extended to your Travel Trailer, "Camper' or "loss" to your "personal effects" or, if Motor Home is leased or rented to you are an individual, the "personal any organization or any person effects" of a family member, that are in other than you or a family member. the covered "auto" at the time of the (2) The maximum we will pay for "loss" is "loss". the lesser of: (2) "Personal effects" as used in this (a) The actual cash value of the extension means tangible property that personal property at the time of is worn or carried by the "insured". "loss"; "Personal effects" does not include tools, jewelry, money, securities, radar (b) The cost of repairing the damage; or laser detectors, or tapes, records, or discs or similar audio, visual or data (c) The cost of replacing the damaged electronic equipment. personal property with other (3) The most we will pay for any one "loss" personal property of like kind, under this coverage extension is$500. condition, quality and value. No deductible applies to this extension. The insurance provided by this extension is excess over any other collectible insurance. EA 99 11 03 18 Includes copyrighted material of Insurance Services Office, Inc.,with its permission Page 4 of 6 i. Vacation Expense Allowance If hired "autos" are covered "autos" for Liability We will pay you $50 per day to a maximum Coverage and if Comprehensive, Specified of $500 for extra expenses when a Travel Causes of Loss or Collision Coverages are Trailer, "Camper" or Motor Home is a provided under this coverage form for any scheduled auto for physical damage "auto" you own, then the Physical Damage coverage, and the Travel Trailer, "Camper" Coverages provided are extended to "autos" or Motor Home: you hire of like kind and use, subject to the (1) Is damaged or destroyed and is following: uninhabitable; and a. The most we will pay for any one "loss" is $50,000 or the actual cash value or the cost (2) While being used for vacation purposes to repair and replace, whichever is less, within the policy period. minus a deductible; Extra expenses must by supported by b. The deductible will be equal to the largest receipts or other valid evidence. deductible applicable to any owned "auto" The following is added to Paragraph A.: for that coverage; 5. Extra Expense—Broadened Coverage c. Hired Auto Physical Damage coverage is We will pay for the direct expense of returning a excess over any other collectible insurance; stolen covered "auto" to you. We will pay only and for those covered "autos" for which you carry d. Subject to the above limit, deductible and Comprehensive or Specified Causes of Loss excess provisions, we will provide coverage Coverage. This coverage will only apply to equal to the broadest coverage applicable vehicles recovered inside the 48 contiguous to any covered "auto"you own. United States. This coverage does not apply to If a limit for Hired Auto Physical Damage is an "auto"we deem a total "loss". indicated in the Declarations, then that limit 6. Auto Loan/Lease Gap Coverage replaces, and is not in addition to, the $50,000 In the event of a covered total "loss" to a limit indicated above. covered "auto" described or designated in the The following is added to Paragraph B.3.a.: Schedule or in the Declarations, we will pay up Airbag Coverage—Accidental Deployment to $2,000 for any unpaid amount due on the lease or loan for a covered "auto" less: However, this exclusion does not apply to the unintended inflation of an airbag if the inflation a. The Amount paid under the Physical is caused by mechanical or electrical Damage Coverage section A.1. of the breakdown. policy; and The following is added to Paragraph C.2. b. Any: New Vehicle Replacement Cost (1) Overdue lease/loan payments at the time of the"loss"; If, however, a "loss" occurs to your covered "auto" within 180 days of your purchase of the "auto" and, (2) Financial penalties imposed under a we deem the covered "auto"to be a total "loss" and lease for excessive use, abnormal wear it has not been previously titled under the motor and tear or high mileage; vehicle law of any state, we will pay at your option: (3) Security deposits not returned by the a. the cost to replace the covered "auto" with a Lessor; new"auto" of like make, model and year; or (4) Costs for extended warranties, Credit b. an amount equal to the original purchase price Life Insurance, Health, Accident or you paid to acquire the vehicle, including taxes, Disability Insurance purchased with the but excluding any extended warranties and loan or lease; and licensing fees. (5) Carry-over balances from previous This coverage applies only to a covered "auto" of loans or leases. the private passenger, light truck or medium truck 7. Hired Auto Physical Damage Coverage type (20,000 lbs. or less gross vehicle weight). EA 99 11 03 18 Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 5 of 6 The following changes revise SECTION IV — The following changes revise SECTION V — BUSINESS AUTO CONDITIONS DEFINITIONS The following is added to Paragraph A.2.a.: The following is added: Amended Duties in the Event of an Accident, Q. "Camper" means a portable dwelling unit without Claim, Lawsuit or Loss axles or wheels that has been manufactured for However, this duty is only required when the attachment on the bed of a pickup truck to be used "accident" is known to: for casual travel or camping. (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) A member, if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. The following is added to Paragraph A.: 6. Blanket Waiver of Subrogation We waive any right of recovery we may have against any person or organization to the extent required of you by a written contract executed prior to any "accident" because of payments we make for damages under this coverage form. The following is added to Paragraph B.2.: Unintentional Failure to Disclose Hazards Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. Paragraph B.5.b. is deleted and replaced with the following: a. 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 that individual "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". The following is added to Paragraph B.5. d. To the extent required by an "insured contract", this insurance is primary on behalf of the additional insured, and any other insurance maintained by the additional insured is excess and not contributory with this insurance. If the "insured contract" does not require this provision, then Paragraph a. above will apply. EA 99 11 03 18 Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 6 of 6 AAIS CL 0103 10 02 Page 1 of 1 COMMON POLICY CONDITIONS WASHINGTON 1. Assignment-- This policy is void if it is 3. Change, Modification, or Waiver of Policy assigned without"our" written consent. Terms --A change or waiver of"terms" of this policy must be issued by "us" in 2. Cancellation or Nonrenewal-- "You" may writing to be valid. cancel this policy by returning the policy to "us" or by giving "us"written notice and 4. Inspections -- stating at what future date coverage is to stop. a. "We" have the right, but are not obligated, to inspect "your" property "We" may cancel or not renew this policy, and operations. This inspection may be or one or more of its parts, by delivering or made by "us" or may be made on mailing written notice of cancellation or 'bur" behalf. nonrenewal to "you" at "your" last mailing address known to "us", and to "your" b. An inspection or its resulting advice or agent on the account or broker of record. report does not warrant that "your" If notice is mailed, proof of mailing will be property or operations are safe, sufficient proof of notice. The notice will healthful, or in compliance with laws, include the reasons for cancellation or rules, or regulations. Inspections or nonrenewal. reports are for"our" benefit only. If"we" cancel this policy for nonpayment However, this does not apply to an of premium, "we"will give notice at least inspection, or its resulting advice or ten days before the cancellation is report, that "we" make relating to the effective. If"we" cancel this policy for any certification, under state or local other reason, "we"will give notice at least statutes, ordinances, or regulations, of 45 days before the cancellation is boilers, pressure vessels, or elevators. effective. The notice will state the time that the cancellation is to take effect. 5. Examination of Books and Records -- "We" may examine and audit"your" books and "We"will also deliver or mail like notice of records that relate to this policy during the cancellation to each mortgagee, pledgee, policy period and within three years after or other person shown by the policy to the policy has expired. have an interest in any loss. 6. Renewal-- If"we" decide to renew this If"we" decide not to renew this policy, policy, "we" will give "you" and "your" "we"will give notice at least 45 days agent on the account or broker of record before the policy expiration or anniversary written notice of"our" intent to renew and date. A nonrenewal notice is not required any changes in rates or contract provisions if"you" have procured equivalent coverage at least 20 days before the policy prior to the expiration of the policy period. expiration or anniversary date. The renewal notice is not necessary if"you" have "Your" return premium, if any, will be procured equivalent coverage prior to the computed on a pro rata basis. It will be expiration of the policy period. refunded to "you"with the cancellation notice or within a reasonable time. Payment or tender of the unearned CL 0103 10 02 premium is not a condition of cancellation. Copyright,American Association of Insurance Services, Inc.,2002 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 ............................................................... 1-7 1-06 Control of Material ........................................................... 1-10 1-07 Legal Relations and Responsibilities to the Public.................. 1-12 1-08 Prosecution and Progress .................................................. 1-18 1-09 Measurement and Payment ............................................... 1-22 1-10 Temporary Traffic Control ................................................. 1 -23 DIVISION 8 MISCELLANEOUS CONSTRUCTION .......................... 8-1 8-30 Vertical Turbine Pump ...................................................... 8-1 LOCATION MAP, SITE DETAIL, WELL REPORT, PHOTOS OF EXISTING PUMP STATION, WIRING DIAGRAM................................................. A-1 NSTALLER CERT I F I CAT I ON FORM .................................................. A-2 PREVA I L I NG WAGE RATES............................................................... A-3 DESIGN PUMP PERFORMANCE CURVE.............................................. A-4 PHOTOS OF ITEM TO D I SPOSE......................................................... A-5 Armstrong Well 2 Pump Replacement/Araucto November 25, 2019 Project Number: W20089 KENT SPEC I AL PROV I S 1 ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEF I N I T I ONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and Armstrong Well 2 Well Replacement/Bond 1 - 1 November 25, 2019 Project Number: W20089 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21 -01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BYADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1 -04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the Armstrong Well 2 Well Replacement/Bond 1 - 2 November 25, 2019 Project Number: W20089 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. 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 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 Armstrong Well 2 Well Replacement/Bond 1 - 3 November 25, 2019 Project Number: W20089 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: 1-02.1 O 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 1 irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: Armstrong Well 2 Well Replacement/Bond 1 - 4 November 25, 2019 Project Number: W20089 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 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. Armstrong Well 2 Well Replacement/Bond 1 - 5 November 25, 2019 Project Number: W20089 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. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Armstrong Well 2 Well Replacement/Bond 1 - 6 November 25, 2019 Project Number: W20089 Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 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 SECTION. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, 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. Armstrong Well 2 Well Replacement/Bond 1 - 7 November 25, 2019 Project Number: W20089 No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O Guarantees Armstrong Well 2 Well Replacement/Bond 1 - 8 November 25, 2019 Project Number: W20089 In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2018 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05. 13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05. 14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors None 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, Armstrong Well 2 Well Replacement/Bond 1 - 9 November 25, 2019 Project Number: W20089 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. 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 Armstrong Well 2 Well Replacement/Bond 1 - 10 November 25, 2019 Project Number: W20089 shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: Armstrong Well 2 Well Replacement/Bond 1 - 11 November 25, 2019 Project Number: W20089 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELAT 1 ONS AND RESPONS I B I L I T I ES TO THE PUBL I C 1-07.2 State Taxes 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. Armstrong Well 2 Well Replacement/Bond 1 - 12 November 25, 2019 Project Number: W20089 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1 -07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 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: Armstrong Well 2 Well Replacement/Bond 1 - 13 November 25, 2019 Project Number: W20089 1 . Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 5. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. Plan The Contractor shall submit an "Apprentice Utilization Plan" within 30 calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The intent is to provide the City with enough information to track progress in meeting the utilization requirements. Reporting The Contractor shall submit a "Monthly Apprentice Reporting Form" on a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contractor's request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. 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 Armstrong Well 2 Well Replacement/Bond 1 - 14 November 25, 2019 Project Number: W20089 to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01 .030(E). Good Faith Efforts In fulfilling the Good Faith Effort, the Contractor shall perform and, when appropriate, require its Subcontractors to perform the following steps: 1 . Solicit Apprentice(s) from State-approved Apprenticeship Training Program(s). 2. Document the solicitation and, in the event Apprentice(s) are not available, obtain supporting documentation from the solicited program(s). 3. Demonstrate that the plan was updated as required within this specification. 4. Provide documentation demonstrating what efforts the Contractor has taken to require Subcontractors to solicit and employ Apprentice(s). In the event that the preceding steps have been followed, the Contractor may also supplement the Good Faith Efforts documentation with the following documentation: 5. Submit documentation demonstrating successful Apprentice utilization on previous contracts. 6. 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) 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. Armstrong Well 2 Well Replacement/Bond 1 - 15 November 25, 2019 Project Number: W20089 SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15 Temporary Water Pollution Prevention 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07. 17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified 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. Armstrong Well 2 Well Replacement/Bond 1 - 16 November 25, 2019 Project Number: W20089 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site I nspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Gabrielle Skorupa Jerry Steele 206-305-4395 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 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction Armstrong Well 2 Well Replacement/Bond 1 - 17 November 25, 2019 Project Number: W20089 activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 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. Armstrong Well 2 Well Replacement/Bond 1 - 18 November 25, 2019 Project Number: W20089 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work 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. Armstrong Well 2 Well Replacement/Bond 1 - 19 November 25, 2019 Project Number: W20089 Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1 . Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. 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 Armstrong Well 2 Well Replacement/Bond 1 - 20 November 25, 2019 Project Number: W20089 withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall 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 Armstrong Well 2 Well Replacement/Bond 1 - 21 November 25, 2019 Project Number: W20089 in costs, if due, shall be subject to the limitations provide in Section 1- 09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 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 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. Armstrong Well 2 Well Replacement/Bond 1 - 22 November 25, 2019 Project Number: W20089 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 1-09.1 1 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1 -09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-1 O TEMPORARY TRAFF I C CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 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 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: Armstrong Well 2 Well Replacement/Bond 1 - 23 November 25, 2019 Project Number: W20089 1-1O.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. Armstrong Well 2 Well Replacement/Bond 1 - 24 November 25, 2019 Project Number: W20089 DIVISION 8 - MISCELLANEOUS CONSTRUCTION DIVISION 8 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 8-30 VERT I CAL TURB I NE PUMP 8-30.1 Description This work shall consist of removing existing grouted sole/base plate and coupling; furnishing, installing, and testing in-place a complete vertical turbine pump replacement, including strainer, suction pipe assembly, bowl assembly, columns and shaft assembly, motor, discharge head, coupling, installation of new sounding tubes, modifying sole plate as necessary, leveling, reinstallation of sole base plate and grouting, and connection to existing water distribution pipe and electrical controls. The well station houses the well shaft with existing motor driven vertical turbine pump installed in 1984 that has been removed from the well. Installation of pump and motor assembly will be through existing roof access. Existing pump removed consists of a Goulds Type A discharge head, five 10-foot lengths of 8-inch column above bowls and one 4-foot 11- inch length of 6-inch column between bowls and strainer, a 6 stage bowl assembly and a strainer. New pump assembly shall meet the specifications herein and be mounted on existing reinforced concrete base. New pump motor shall be 460 Volt — 3 Phase — 60 Hz meeting the specifications herein. Refer to Appendix A-1 for project location and best available documentations from previous installation. Contractor will field verify field condition and installation limitations prior to fabrication. 8-30.2 Service Conditions Location: Armstrong Springs Well A-5 (aka PW A-2) Location Armstrong Springs Well A-5 (aka PW A-2) Type of discharge Water Distribution System Service Outdoor environmental temperature range of 21 °F to 1 00°F Relative Humidity 0% to 100% Fluid Temperature range 50°F to 100°F Armstrong Well 2 Well Replacement/Bond 8 - 1 November 25, 2019 Project Number: W20089 Pump Data: Liquid pumped Potable Well Water Pump seed 1800 rpm Motor horsepower (maximum) 60 364TP frame, WPI enclosure w/ a Motor Type NRR, space heater, and a PTC mounted; US Motors Inverter Duty Motor Yes Motor shaft driver Hollow Shaft Pump lubrication Open Line Shaft (water lubricated) Discharge end Flanged Type of packing or seal Graphite Motor bearing lubrication Oil approved for use in environmentally sensitive areas Line Shaft Diameter/Material 1-3/16 inch, AISI 416 stainless steel Column diameter 8 inch Suction strainer Yes (stainless steel); fitted below suction/tail pipe Antivortex suction bell Yes Pump manufacturer and model Goulds Model 10RJHC 6 Stage Total pump length (measured from the bottom of 66' 8-13/16" discharge head to the bottom of (800.8125 inches) screen) Maximum pump capacity 700 gpm (from existing pump curve) TDH 237 ft (from existing um curve) 8-30.3 Construction Requirements The interior of the well casing will be disinfected by other. Work to install pump components will occur after well disinfection. A limited notice to proceed may be issued to allow the Contractor to purchase all material and components in advance of the installation. All installed components shall have current ANSI/NSF 61 certification for potable water service. All equipment/components entering the well shall be disinfected by the Contractor with an ANSI/NSF 61 approved disinfectant during installation to eliminate bacteriological contamination. Contractor shall provide the Contracting Agency their disinfection plan for approval 2 weeks in advance of installation. Owner will take bacteriological samples for laboratory analysis to verify adequate disinfection. Contractor shall coordinate all site visits and installation with the City's designated representative. The general design shall be such that all components are easily disassembled and replacement parts are readily available. Armstrong Well 2 Well Replacement/Bond 8 - 2 November 25, 2019 Project Number: W20089 Each component shall have lifting lugs capable of supporting its own weight. Refer to Appendix A-1 for general dimensions of the well house and access via the roof access above the wellhead. Contractor will field verify field condition and installation limitations prior to fabrication. 8-30.3(1) Pump Assembly PUMP: Pump shall be vertical turbine type pump operating under the service condition specified herein. No consideration will be given to equipment, which has not demonstrated its reliability and efficiency through results obtained from operation of similar units of approximately the same capacity and type under similar circumstances. Pump shall be manufactured by Gould, Model 10RJHC with a 6 stage Cl/bronze fitted bowl assembly and meet the operating conditions specified in Section 8-30.2. No alternates or substitutions will be considered. The total pumping head does not include losses in the pump, which must be allowed for by the Contractor. The efficiency of the pumping unit shall be as high as correct design and good engineering will permit. New pump assembly needs to be configured the same as the removed pump. See the Appendix A-1 for existing pump configuration. MOTOR DRIVER: The electric motor shall meet the specifications listed in Section 8-30.2 and shall be induction type with a squirrel cage rotor, full voltage type starting, powered by an existing electrical service rated at 460volts, 60 hertz, 3 phase, 72A. The motor shall be shell type design, housed in an air filled, watertight chamber and be capable of driving the pump under all head conditions without exceeding the rated capacity of the motor. Motor shall have class B insulation, 1 .15 service factor rated ambient at service factor load. Motor shall be supplied with a non-reverse ratchet. Motor shall conform to IEEE and NEMA, standards. Motor design shall be premium efficiency style. The motor thrust bearing shall be designed to carry the hydraulic thrust plus the weight of the shaft and the impellers. The thrust bearing life expectancy shall have a five year average rating based on 24 hours per day usage. The motor shall be capable of carrying momentary up thrust equal to approximately 30% of the total down thrust. Motor bearings shall be oil lubricated as per these specifications or other Engineer approved manufacturer recommendations. Armstrong Well 2 Well Replacement/Bond 8 - 3 November 25, 2019 Project Number: W20089 NAME PLATE: All pumps and motor are to include an engraved non-corrosive metal nameplate on the exterior of the shell/body (duplicate attached to pump support flange or shipped loose if submersible), readily accessible without requiring any disassembly. The nameplate shall include, at a minimum, the following information: Pump Manufacturer Pump Model Number Pump Serial Number Impeller Number Impeller Trim Design TDH (feet) Design flow (gpm) Nominal Power (HP) Voltage Phase Cycles (Hz) Speed (rpm) Full load amps Supplier Name and Phone Number Date of Manufacture DISCHARGE HEAD ASSEMBLY: Discharge head shall be Goulds Type A made of duetile cast iron or fabricated steel above base elbows/discharge with flanged connectors with discharge pressure rating of 2t56 150 psi. Discharge head shall be connected to existing 8 inch diameter flanged DI water distribution pipe with Unisource Manufacturing Series 301 Ultra-Sphere Spherical Expansion Joint or approved equal meeting these specifications. Flexible pump connectors/ expansion joints shall be of the molded spherical type made of virgin Ethylene Propylene Diane Monomer (EPDM) with nylon and steel reinforcement. Flanges shall be one-piece, free-floating, class 150 zinc plated steel with tapped holes recessed to engage the beaded end of the expansion joint and rotates easily for speed of installation. The pressure rating must be 225 psi at 125°F. Provide and install two (2) Unisource Manufacturing 7/8" diameter control rods with '/2" thick plates made of zinc plated steel. Bolts and nuts shall be high strength low alloy corrosion resistant steel per AWWA Standard C-111 . Threads shall be protected with plastic caps on all bolt ends. A cast iron stuffing box shall be provided with a bronze removable stuffing box bushing, AISI 316 stainless steel split gland, T-bolts with stainless steel clips and nuts. Discharge head shall be manufactured to directly mount the motor without the need of a motor stand. Armstrong Well 2 Well Replacement/Bond 8 - 4 November 25, 2019 Project Number: W20089 COLUMN ASSEMBLY: Column pipe, made of Standard Pipe Schedule 40 ASTM A 53 Grades A and B, shall be furnished in interchangeable sections not over 10 feet in length and shall be connected with threaded sleeve type couplings. The actual column lengths shall be field verified by the pump manufacturer, calculated so that the bearing spacing intervals shall not allow operation within +/-20% of the first critical speed. The friction loss in the column shall not exceed 5 feet per 100 feet of column, based on the rated capacity of the pump. The weight and size of the column shall be no less than required in AWWA Spec E101-1 . The line shafting shall be AISI 416 stainless steel of ample size, a minimum of 1 3/16" diameter, to operate the pump without distortion or vibration. The maximum spacing of line shaft bearings shall be 10 feet. BOWL ASSEMBLY: The pump bowls shall be of close grained cast iron, having a minimum tensile strength of 30,000 pounds per square inch, free from blow holes, sand holes, and all other faults. Bowls shall be accurately machined and fitted to close dimensions. Bowls are to be coated inside with a smooth glass enamel to reduce friction losses; corrosion and sand wear in the water passages and thus give better efficiency. Each intermediate bowl shall be constructed by using both a bronze bearing and a bronze intermediate bearings. All bowl fasteners shall be made of AISI 316 stainless steel. Bowls shall be fitted with a resilient neeffene bronze or stainless steel ware ring, FeinfeFeed wi"g an ingbeElded steel COFe, installed in the bowl directly below the impeller skirt. This lateral bowl wear ring is to reduce the wear of the impeller skirt, and maintain the as new capacity and efficiency by periodic adjustment of the lateral clearance from top shaft nut at the top of the motor. The impellers shall be of the enclosed design, only made of AISI 316 stainless steel, and accurately machined, finished, and balanced. Semi- open impeller designs are strictly prohibited. Impellers shall be securely fastened to the impeller shaft with carbon steel taper lock bushing or split rings and keys for larger bowls. The impeller shaft shall be AISI 416 stainless steel and be supported by a combination of water lubricated, fluted rubber and bronze bearings. Sand collars made of AISI 304 stainless steel shall be provided for protecting both the suction bell/manifold bearings and the top bowl bearings from abrasives in the water being pumped which could settle when the pump is idle. SUCTION PIPE AND STRAINER: Suction pipe shall be 6 inch diameter made of earben stee4 Standard Pipe Schedule 40 ASTM A 53 Grades A and B threaded to the bowl Armstrong Well 2 Well Replacement/Bond 8 - 5 November 25, 2019 Project Number: W20089 inlet and cone strainer. The maximum suction pipe length shall be 5 feet. Provide and install cone strainer shall be made of AISI 304 stainless steel. The openings in the strainer shall be of proper size to exclude anything large enough to clog the impeller. The open area of the strainer shall not be less than four times the impeller eye area. All mounting hardware for elipping connecting the strainer to the suction shall be stainless steel. 8-30.3(2) Welding Procedure and Welder Qualification for Pump Construction Welding shall comply with the ASME Boiler and Pressure Vessel Code, Section IX. Provide full penetration welds. Open seam but welds are not permitted. 8-30.3(3) Painting and Coating Coating materials shall not be used/applied until the Engineer has inspected the materials. All primer and finish coatings shall be as manufactured by Tnemec Company Inc., Sherwin Williams, or equal. Unless otherwise specified, prime coatings may be shop or field applied. Shop applied primer shall be compatible with the specified system. All fabricated assemblies which consist of two or more parts shall be coated individually so that all assembled joint surfaces are fully protected. Coating on each individual component shall be completed prior to system assembly. Surfaces damaged during final erection and assembly shall be repaired as directed by the Engineer. If the shop coating meets the requirements of this section, the field coating may consist of touching up the shop prime coat to achieve the film thickness, continuity and coating specified in this Section. Damaged and poorly applied shop coatings that do not meet the requirements of this section shall be removed and the surfaces recoated in accordance with this section. Coat, discharge heads, cured grout, exposed base/sole plate, and motor housing. Apply coating at factory. Do not coat stainless steel or bronze pieces. The prime coat shall be minimum 3-5 mils dry Tnemec Series 161-121 1 Red, or Sherwin Williams Recoatable Epoxy Primer B67R5 Red. The motor will be primed and painted with an initial top coat by the manufacturer. Any scratches, chips, etc. to the prime coat of any piping, valves, fittings, etc. occurring during construction shall be touched up in the field prior to final coating. All piping, fittings, valves, pumps and motors, etc. shall be thoroughly cleaned of all grease, rust, dirt and tar and dry prior to the final coat being applied. Armstrong Well 2 Well Replacement/Bond 8 - 6 November 25, 2019 Project Number: W20089 All areas except for the areas being coated shall be masked off or covered with plastic. The Contractor shall apply one final coat with Series 69 or Sherwin Williams Macropoxy 646 FC, 3-5 mils dry on all pipe, fittings, valves, pumps, motor, etc. Color shall be selected by the Owner from a color chart supplied by the Contractor. The completed work, as a condition of acceptance, shall be free from runs, skips, mars and any other disfiguring mark due to faulty workmanship or faulty care of the completed work, and shall be free of film characteristics or defects that would adversely affect coating performance. It shall be the responsibility of the Contractor to ensure that all surfaces are prepared as specified herein and in accordance with the written recommendations and the directions of the paint manufacturer whose paint is being applied. All surfaces to be painted shall be in proper condition at the time the work is in progress. Work areas shall be reasonably free of airborne dust at the time of application and while the coating is drying. Allow each coat of paint to dry and cure thoroughly before applying next coat. Follow the coating manufacturer's recommended dry time. Finish coats shall be uniform in color and sheen without streaks, laps, runs, sags, ridges, or missed areas. Apply sprayed coatings uniformly at the spreading rate required to achieve the specified dry film thickness. The Contractor shall correct finish coat defects to the satisfaction of the Engineer. Touch-up of minor damage shall be acceptable where result is not visibly different from adjacent surfaces. Follow Paint Manufacturer's recommendations for preparation and application of recoats. Recoat entire surface where touch-up result is visibly different in sheen, texture or color. Repair in accordance with the Paint Manufacturer's recommendations all coatings that exhibit film characteristics or defects that would adversely affect performance of the coating system. Subject to compliance with the Specifications contained herein, approved manufacturers offering coating system which may be incorporated into the work include the following: a. Tnemec Company b. Sherwin Williams Tnemec Company, Inc. and Sherwin Williams paint products are listed. All colors and types of paints indicated are Tnemec or Sherwin Williams coating systems. Armstrong Well 2 Well Replacement/Bond 8 - 7 November 25, 2019 Project Number: W20089 All coating applications shall be to the manufacturers' standards, specifications, requirements, and recommendations. The coating system shall include: A. ALTERNATIVE SYSTEM 1 — TNEMEC 1 . Primer: All areas shall receive one coat of Tnemec Series 161- 1211 Red, applied at 3.0 to 5.0 mils dry film thickness. 2. Finish Coat: Tnemec Hi-Build Epoxoline I I Series N69, at 4.0 to 6.0 mils dry film thickness. The total dry film thickness of the completed exterior paint coating system shall be a minimum of 9 mils. Finish color to be light blue matching existing water distribution lines. B. ALTERNATIVE SYSTEM 2 — SHERWIN WILLIAMS 1 . Primer: All areas shall receive one coat of Sherwin Williams Recoatable Epoxy Primer 1367R5 Red, applied at 3.0 to 5.0 mils dry film thickness. 2. Finish Coat: Sherwin Williams Hi-Solids Polyurethane, applied at 3.0 to 5.0 mils dry film thickness. The total dry film thickness of the completed exterior paint coating system shall be a minimum of 9 mils. Finish color to be light blue matching existing water distribution lines. 8-30.3(4) Non-Shrink Non-Metallic Grout Provide and install leveling non-shrink non-metallic grout under sole plate. Minimum thickness for leveling grout shall be '/2 inches or as specified by equipment manufacturer. Non-shrink non-metallic grout shall be premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents; capable of developing minimum compressive strength of 2,400 psi (17 Mpa) in 48 hours and 7,000 psi (48 Mpa) in 28 days. The following are known to meet these grout specifications. Sika SikaGrout 212 Conspec 100 Non Metallic Chemrex, Inc. Masterflow 928 Grout W.R. Meadows Sealtight 588 The Contractor may submit other equal products for approval by the Contracting Agency. 8-30.3(5) Shipment and Storage Armstrong Well 2 Well Replacement/Bond 8 - 8 November 25, 2019 Project Number: W20089 Pump(s) may be factory assembled if the overall length does not exceed 20 feet from top of discharge head to bottom of suction casing. The motor(s) and motor shaft of the two-piece top shaft shall be shipped un-mounted for field installation by contractor. Longer pumps shall be shipped for assembly in the field. Prepare equipment for shipment including blocking of the rotor when necessary. Identify blocked rotors by means of corrosion-resistant tags attached with stainless steel wire. The preparation shall make the equipment suitable for six months of outdoor storage from the time of shipment, with no disassembly required before operation, except for inspection of bearings and seals. Identify the equipment with item and serial numbers and project equipment tag numbers. Material shipped separately shall be identified with securely affixed, corrosion-resistant metal tags indicating the item and serial number and project equipment tag numbers of the equipment for which it is intended. In addition, ship crated equipment with duplicate packing lists, one inside and one on the outside of the shipping container. Pack and ship one copy of the manufacturer's standard installation instructions with the equipment. Provide the instructions necessary to preserve the integrity of the storage preparation after the equipment arrives at the jobsite and before start-up. Store and protect pumps per API 686 (first edition), Chapter 3, paragraphs 1 .4 through 1 .9, 1 .15, 1 .17, 1 .20, and 1 .21 and as described below. The interior of the equipment shall be clean and free from scale, welding spatter, and foreign objects. Provide flanged openings with metal closures at least 3/16-inch thick, with elastomer gaskets and at least four full-diameter bolts. Install closures at place of pump manufacture prior to shipping. For studded openings, use all the nuts needed for the intended service to secure closures. Provide threaded openings with steel caps or solid-shank steel plugs. Do not use nonmetallic (such as plastic) plugs or caps. Install plugs at place of pump manufacture prior to shipping. Clearly identify lifting points and lifting lugs on the equipment or equipment package. Identify the recommended lifting arrangement on boxed equipment. Wrap exposed shafts and shaft couplings with waterproof, moldable waxed cloth or volatile-corrosion-inhibitor paper. Seal the seams with oil-proof adhesive tape. If electric motors are stored or installed outside or in areas subject to temperatures below 40°F or are exposed to the weather prior to Armstrong Well 2 Well Replacement/Bond 8 - 9 November 25, 2019 Project Number: W20089 permanent installation, provide the manufacturer's recommended procedures for extended storage. Inspect electrical contacts before start-up. 8-30.3(6) Pump Installation Install equipment horizontal and vertical within 0.002" per foot tolerance and according to the manufacturer's written instructions and the contract documents. Confirm that pumps are set to meet the vertical and horizontal alignments requirements established by the manufacturer and water distribution pipe. Protect the well from foreign objects and contamination during installation. Remove existing grout below the sole plate in preparation for installation and modify existing sole plate as necessary. Do not use shims and wedges to level the sole plate. Provide the manufacturer's recommended lubricants and operating fluids and verify that each piece of equipment contains the amount recommended by the manufacturer. Lubricant shall be oil approved for use in environmentally sensitive areas. Provide threaded caps for protection of nuts and bolt threads on the bolts and nuts of the column pipe flanges and bowl flanges. Verify that the installed pump is fully self-supporting before bolting pipe flanges, so that no strain is imparted on the flanges, water distribution pipe, or pipe supports from the pump assembly. Adjust the position of the pump assembly and sole plate so that the pump discharge flanges are plumb and aligned with the adjacent pipe flanges. Do not use temporary shims or jacking nuts for leveling, aligning, or supporting equipment. When the alignment is correct, tighten the foundation bolts evenly but not too firmly. Then grout the unit to the foundation. Do not tighten foundation bolts until the grout is hardened a minimum of 48 hours. Provide continuous protection of the installed equipment from the elements, dust, debris, paint spatter, or other conditions that will adversely affect the unit's operation until such time as the equipment is scheduled for start-up testing. Pump installer's startup technician shall sign a Certificate of Proper Installation (COPI) after a site visit to confirm tolerances have been met after pump installation. Startup shall not begin until contractor submits signed COPI form in to the Engineer for their approval to move forward with startup. MOUNTING AND ALIGNMENT OF VERTICAL SHAFT DRIVERS Remove existing grout below existing sole plate and loosen leveling nut. Armstrong Well 2 Well Replacement/Bond 8 - 10 November 25, 2019 Project Number: W20089 Before mounting the driver on the discharge head/driver stand, check the register fit, if furnished, and the mounting face on the driver for acceptable tolerance on runout and squareness, respectively, using a dial indicator mounted on the driver shaft. See ANSI/NEMA MG-1 . Next, check the squareness of the face of the driver coupling half, mounted on the shaft with a tight fit and seated against a split ring, using a dial indicator on a firm base. With the driver bolted to the discharge head, mount a dial indicator on the driver shaft above the coupling half and sweep the bore of the stuffing box. If excess runout exists, some adjustment can be made at the driver mounting fit and the stuffing box mounting fit. Before installing any additional coupling parts, check the driver for correct rotation, as given in the manufacturer's installation instructions. Next, mount the pump half coupling, shaft adjusting nut, and coupling spacer if applicable, and raise the impeller in accordance with the manufacturer's instructions. Then secure the coupling bolts. Make a final check of the shaft runout below the pump half coupling with a dial indicator. If the runout is within acceptable tolerances, check the tightness of the driver hold-down bolts. If dowels are used to secure the driver location, then redoweling is required after disassembly/reassembly, since tolerance buildup in the multiple vertical joints results in alignment variation. 8-30.3(7) Testing/Start-up The pump and motor shall be installed in strict compliance with the manufacturer's instructions. The bowl assembly shall be performance tested in the pump manufacturer's test lab prior to shipment. Testing will include checking the equipment at sufficient conditions of head and capacity as to firmly establish the actual performance curve of each pump using the Affinity Laws. The limitations and guidelines of ANSI/HI 14.6 Level 1 U shall govern the testing procedures and the correlation of all test data. All test instruments and gauges shall be regularly calibrated within the guidelines of the Hydraulic Institute by the pump manufacturer. Testing of pumps shall be performed with a calibrated dynamometer or with calibrated test motors provided by the pump manufacturer. The curves generated as a result of this testing shall include the pump capacity, total dynamic head, calculated efficiency, brake horsepower, and the equipment operating speed. Certified copies of all test results shall be provided with the order. Bump motor to ensure that motor has been connected for proper rotation prior to coupling pump. The correct motor rotation shall be confirmed prior to installing the top shaft and the impeller lateral adjustment shall be in accordance with the pump manufacturer's instructions. Armstrong Well 2 Well Replacement/Bond 8 - 11 November 25, 2019 Project Number: W20089 Conduct vibration level tests with pumps operating at their rated capacity. Adjust or replace pumps that exceed the maximum vibration levels. Assure that each solenoid valve on the seal oil supply line opens and closes when its respective pump starts and stops. Start and stop each pump twice and verify that the pump/solenoid interlock functions. Assure that each pressure switch will shut down the pump if oil pressure is lost. Demonstrate that the pumping units, drivers, and control system meet the following requirements: 1 . The pumping units operate as specified without excessive noise, cavitation, vibration, and without overheating of the bearings. 2. Automatic and manual controls function in accordance with the specified requirements. 3. Drive equipment operates without being overloaded. Three paper copies and a digital PDF copy of the O&M manual shall be provided to the City, following complete installation, each paper copy shall be in a separate 3-ring binder. O&M manual shall include a list of part used to complete the installation and required maintenance to operate the pump assembly and recommended frequency. 8-30.3(8) Warranty The motor shall be warranted against defects in materials and workmanship for a period of three years after date of substantial completion. The pump assembly and coupling shall be warranted against defects in materials and workmanship for a period of one year after date of substantial completion. Following installation, supplier shall furnish services of a qualified manufacturer's representative to inspect units and inform the City of Kent, prior to field testing, of any defects or concerns regarding condition of each unit and its installation at the job site. Upon resolution of any defects or concerns (if any) and work performed by the Contractor at their expense, manufacturer's warranty shall then be in full effect with no reservation or qualifications other than those stated in the manufacturer's warranty. 8-30.3(9) Flush-Thread PVC Sounding Tubes Furnish and install two 1" diameter Schedule 80 PVC flush thread sounding tubes with an outside diameter not less than 1 .315" in 10 foot lengths that run from the top of the pump bowl to the concrete base penetration. Each 10 foot length shall have one end with a square male Armstrong Well 2 Well Replacement/Bond 8 - 12 November 25, 2019 Project Number: W20089 thread and the other end a square female thread such that the pipe can be screwed together without the need of a coupling and the coupling area will be no larger than the outside diameter of actual PVC pipe. The bottom of each sounding line shall be capped to prevent the sounding device from exiting the tube line. The bottom 10 foot section of each sounding line shall be drilled with not less than (10) ten 3/8 inch diameter holes equally spaced along its length to allow for water to enter and exit. The sounding tubes will be supported to the pump column pipe by 3/a" wide by 0.030 inch thick stainless steel bands at intervals not exceeding 10 feet when installed. The sounding tubes must penetrate through the existing cement concrete base penetFatie and sole plate. 8-30.3(10) Certification Provide a written certification from the installer that the pump and motor assembly has been properly installed according to the Contract Documents and the manufacturer's recommendations, and that the equipment is operating normally. Make all necessary corrections and adjustments including but not limited to parts, labor, tools, equipment, or freight at no additional cost to the City of Kent. 8-30.3(11) Hanging Diagram Upon completion of the installation, the contractor shall provide a true and accurate hanging diagram of the well, the pump, column, bowl, strainer, and sounding tubes installed. 8-30.3(12) On Site Construction Activity The Contractor will not be permitted to perform any maintenance work or refueling activities on construction equipment within 300 feet of any wells on site. Any construction equipment that leaks fluids shall be removed from the 300 foot buffer zone of the well. Ground contaminations from contractor equipment must be immediately cleaned and site fully restored. Cost for such cleanup and restoration shall be at no additional cost to the City. Contractor shall select properly sized equipment to install the pump and motor equipment through the station's roof access without the need to remove the fencing surrounding the station. The existing fence surrounding the station must be protected from damage and removal will not be permitted. Water will be available to Contractor for use on this project. Water is available through a hose bib inside the pumps station. Armstrong Well 2 Well Replacement/Bond 8 - 13 November 25, 2019 Project Number: W20089 8-30.3(13) Items For Disposal The following list of items removed from the well is to be disposed of by the Contractor at a legal off-site location. • Pump components including coupling, discharge head, columns, bearings, line shaft, pump bowl, strainer, and miscellaneous hardware • Approximately 210 linear feet of PVC pipes and stainless steel banding • Approximately 50 linear feet of piping and fittings. • Miscellaneous hardware and fittings 8-30.4 Measurement No measurement shall be made for labor, materials, tools, supplies, equipment, freight, and delivery and shall be considered incidental to the various items of the Contract. Vertical Line Shaft Pump Motor will be measured per each motor properly installed, tested, certified and fully operational. No measurement will be made for the lump sum item Vertical Line Shaft Pump Assembly. Flush-Thread PVC Sounding Tubes shall be measured per linear foot of properly installed sounding line. No measurement will be made for the lump sum item Disposal of Pump Equipment and Miscellaneous Items. 8-30.5 Payment No payment shall be made for labor, materials, tools, supplies, equipment, freight, and delivery and shall be considered included in the cost of the various items of the Contract. Payment will be made for each of the following Bid Items that are included in the Proposal: The contract price per each for "Vertical Turbine Pump Motor" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to deliver and install a new vertical turbine pump motor including driver, connecting to existing electrical wires, coating, mounting, testing, certification, and all cost incurred to carry out the requirements of Section 8-30 except for those costs included in other items included in this Subsection and are included in the Proposal. The lump sum contract price for "Vertical Line Shaft Pump Assembly" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to deliver and install a new vertical line shaft pump assembly including discharge flange, coupling and control rods, column, suction pipe, strainer, anti-vortex, bowl unit, Armstrong Well 2 Well Replacement/Bond 8 - 14 November 25, 2019 Project Number: W20089 coating all visible surfaces, connecting to existing water distribution pipe, grout, testing, certification, and all cost incurred to carry out the requirements of Section 8-30 except for those costs included in other items included in this Subsection and are included in the Proposal. The contract price per linear foot of "Flush-Thread PVC Sounding Tubes" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary install new flush-tread sounding tubes, and all cost incurred to carry out the requirements of Section 8-30.3(9) except for those costs included in other items included in this Subsection and are included in the Proposal. The lump sum contract price for "Disposal of Pump Equipment and Miscellaneous Items" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to remove, haul, and properly dispose of old pump components including coupling, discharge head, columns, line shaft, pump bowl, strainer, and sounding tubes. Armstrong Well 2 Well Replacement/Bond 8 - 15 November 25, 2019 Project Number: W20089 LOCAT I ON MAP, S 1 TE DETA I L, WELL REPORT, PHOTOS OF EXISTING PUMP STAT I ON, W I R I NG D I AGRAM Armstrong Well 2 Well Replacement/Bond A - 1 November 25, 2019 Project Number: W20089 o� N W 183 P1 S� vi r \ v Sti 11 �t SE 183 1� a a N K' V 3 AV L y� �SnyOBL Sf� 3S AV' �`-- 05 voo � a _ wN a 3S AV N N _ N b `D N N N A 3S Id 94 16 9LL oa SE \. W U y s Id Ut L) 3 1 d ZL t ny h 0 c AV Lt Q� Z 3S Id P�s �S n y t,L N 1 N N Ln E v 3S AV OLt S Id 6% C 3S Id 89t h 3SIdL tcn y�S N l9t SAV 9t tO \ N 3 Id 99 t ^y 99, 3S Id S t N 4 SAdh9t N n � N P, � I I � b5 � 5 = • „a tby W J fill vi Z LA it LU s SY z to a ul CL G "'7 23 3yw ; II 777- g s ' r =W i cgY i{ T" 3m g r O p LL ' s o�sB YYYYos is e.'x n - i s►I !! 3"�31 � e gg�yD�y�71=� - gs#�� .� '� �'•� `.1\"\, C fOG' gE Na �y i � � � .LL■ a q a: I i ' ZZ Rx. Sx lY a 'NI \ t a., Wr ,8.6IBIS Rfii MAP x 0 c '-� )ti jc [o a u uj 4J, C i m Y N 0 a11 LL it 2 CL CL u Cgs' IT- G y s T fW s yyg3$5agS !}[ Y V o i Y e imp J icvo r- i N u= � < pp �' 'W.•liG � d �..__. t� AA y •aw.Pi �P 2 lit 6 Z 2, O - o i;� i •ggn q� pq m SS �� al z z J OQcc v T _ W LL v yam, hII— wt T � F. yJj W jys 03 i a 0 r t L L%'1 � �o T u • x �s ' y� cs War G �' Fs i u S 7q �p b •' t i T cc 0`J z ^ � <O V N W b '} n a SeJ(s -,(}, -- _ a y ygyg ff`�`� 177 ao �+ Q e .• ti e i XR�. ; Yx J Q o 0 44r i m r � v fit 't «r•.-. '°x ♦r iv o r. - o � Jan _ i IV o _ h t FileDee Original and First Copy with RATER WELL REPORT -• Department of Ecology Aypiic:rLton ::o Second Cops-Owner's Copy ,Third Cosy-Dhiler's Copy STATE OF WASSINGTON Permit no ... 1 OWNER: Name- / _. _ ---- Address f'._t'.�._'.... �J{ 2 LOCATION OF tr•LnA and distance from section or subdivision corner ] k3) PROPOSED USE: Domestic ❑ Industrial ❑ Municipal (10) WELL LOG: Irrigation ❑ Test Well ❑ Other /G Formation: Describe by color,character, size of material and struchure,and show thickness of aquifers and the kind and nature of the material in each 5 F�(5{) TYPE OF WORK: Owner's number of well stratum penctratad. with at Least one entry for each ch-ge of forrLauon. -/F Z (if more than one).... __ MATERIAL FROM TO New well $1 method: Dug ❑ Bored p �� G - T Deepened ❑ Cable Driven ❑ Reconditloned ❑ Rotary G Jetted ❑ p (5) DIMENSIONS: Diameter of well _�__. inches. Drfiled_.-I..�QQ _it. Depth of completed well_._ ft yy (6) CONSTRUCTION DETAILS: ! / Casing installed;��p_.. Diem. irora __0._ ft.,to _SPA'_ ft. ( �— Threaded 0 ___ " Diam. from ft to ft. Welded Diam. from ft. to __� ft. ) i Perforations: Yes❑ No� -e ew r'ow r, e 5 3_ Type of perforator cased. _ SIZE of perforaCans in, by _ perforations from ft. to (YYf VV perforations from —._ ft. to perforation from it. to ft. t ScreenS: yes Ill No ❑ Manilae4lls Name..._ Type._�� _ ModV No lat size SkS Diem. I-Z- s �'from key._.. ft. W --Lk- ft. Diam. slot m e from _-T. I'. to _- ft I Gravel packed: Yesa size of r Cl❑ �, gravel: ._ �h►t!!`L` � Gravel placed t=om _-_ . ft. to Surface seal: Yes 19 No To wpat depth-$ ✓ � !� TV77 i �/7 �_ Material used in Did any strata contain unusable watq/ Yes Q No ( Type of water?._.- - Depth of errata-. Method of sealing strata a (7) PUMP: Mantltacttuer's Name_ _ _ _____ Type: (8) WATER LEVELS.- Land-su.-face elet•atlon /1j /��/w��' above mean sea level.... c�t. Static level ��..JJ _�. below top of well Date.. L71lG.r Artesian pressure _ Ib . per square inch Date... Artesian water Is controlled (Cap. value.arc.)- (9) WELL, TESTS: D.rawdown in amount water level is lowered below rate Itval Work start « .. 1SS1.!!CnmpleL fr!t 18 1/ Was a P t/�)t made? Yes No ❑ If yes. by whom?._.. -.. / Yield: V ga!_�mia. tb 43 ft drawdown after � hrs. WELL DRHXtR'S STATEi11ENT: This well was drilled Linder my j or. and this report is true to the best of my knowled� a ici. Recovery data ;time taken as zero when pump turned of;i (water level 7y measured from well top to crater level) ,y Time Water LeveL I Tim 5;•atL�f*/Level I Time Water Level FAME .-.................. .. �(l1�lJ--..._l..!F._......,:.................._---..._........... or oni .-.... 1 .'M.Q...pnat3...... (Perso . flan co ............ . ...�.. 1.Q. ... ( r . ....._ ....................... Address _ r................................................._........................... Data of test _........__-.___............_. trailer t .._......_._......_ drao•doan after._.._.___...hrs. ... ......Welt Driller) ........_.............__.............. ......_.......... I Artesian Temperature of water_.-.-.. Was a chemical analysts made) Yes No❑ License No....,....................__.. - Date..............,... ..., I9..._... (USE ADDITIONAL SHEETS IF NECESSARY) { , 4349 Y; ti rJ _ S ' t� 4 � 56, Da Al ON�G L.vE L, 6�CT0lZ, .ti i } t i 4 t 1 3lar 5 rr all Y BoT7o N, G,4si ro� �ti" Sc2EEN � Pvc w+Ka� / D�'- ws 66�a� fL` 3C)4/ 31/(6 Y $crtto�+ SGRORN 4RM TRONG S-P*?tnIGS WELL f+z (rvr5� Ftyurs 1-Q t i n't`t.. ,9 `�¢'�a\ `Sr�,; �:FX1�} i�a.rr- �'t.•y �- � - j� .!� � 'w- 7 eti=, ♦ ems, •' � 1 � +� �� � - �.y!� •� ..arc Ar {.. ,•r-' �� - ay 1., 7:(� r'' • .. �-,;� -y j v w�.. •s.. R l� l�r`• - a F r , 74 <;:f of a f f y Ael _ l - � K=n � •� �� _ t°+ Ia^MI,_�F' �,.�4!s�I :s t i. iti.. , �' iI �•' A y / 4 tt r x �,t `. .aa iOS��c �9r, i'- w�:�..,s r.�.r :•/ L•:� } <� l p ; ��It - p. � `. . tt + • ��..jFFj t �� •M.� J:_ � rr .fin �5•,I �✓.J'S�t rv> t11 •i'� ,�,l��yCA,_ �'�I - .sC' �` �.� •.'fir (' A • r� • o I ytV, 4 ..,� „ �_ { ! � .rim``' '�� �� rµ t '.,.'• .�. III Film dp Im a t(� '�• tq�y , 1 ' - " ' ! l ,yam k; - ,_S,a:'e.L`. - �S• ? ti i` t f 3� I } y3'ag&n t ry� 8 s s�Y. •z,`ti� t �. r i a m s s 's' N ,y �, l - y r s. t g 'f { �eR } E I NSTALLER CERT I F I CAT I ON FORM Armstrong Well 2 Well Replacement/Bond A - 2 November 25, 2019 Project Number: W20089 INSTALLER'S CERTIFICATE OF PROPER INSTALLATION OWNER: EQPT SERIAL NO: EQPT TAG NO: EQPT/SYSTEM: PROJECT NO: SPEC. SECTION: hereby certify that the above-reference equipment/system has been: (Check Applicable) ❑ Installed in accordance with Manufacturer's recommendations. ❑ Inspected, checked and adjusted. ❑ Serviced with proper initial lubricants. ❑ Electrical and mechanical connections meet quality and safety standards. ❑ System has been performance tested, and meets or exceeds specified performance requirements. Comments: I, the undersigned Installer's Representative, hereby certify that I am (i) a duly authorized representative of the installer, (ii) empowered by the manufacturer to inspect, approve, and operate his equipment and (iii) authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational, except as may be otherwise indicated herein. I further certify that all information contained herein is true and accurate. Date: Installer/Company: By Installer's Authorized Representative: (Authorized Signature) (Printed Name) PREVAILING WAGE RATES Armstrong Well 2 Well Replacement/Bond A - 3 November 25, 2019 Project Number: W20089 rays i vi iv State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 12/04/2019 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $50.86 5D 1 H View King Boilermakers Journey Level $69.04 5N 1C View King Brick Mason Journey Level $58.82 5A 1M View King Brick Mason Pointer-Caulker-Cleaner $58.82 5A 1M View King Building Service Employees Janitor $25.581 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.03 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $29.33 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers (In Shop) Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.441 7A 4C View King Carpenters Carpenter $62.44 7A 4C View King Carpenters Carpenters on Stationary Tools $62.57 7A 4C View King Carpenters Creosoted Material $62.54 7A 4C View King Carpenters Floor Finisher $62.44 7A 4C View King Carpenters Floor Layer $62.441 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all Composition $62.97 7A 41J View Mastic King Cement Masons Application of all Epoxy Material $62.47 7A 41J View King Cement Masons Application of all Plastic Material $62.97 7A 41J View King Cement Masons Application of Sealing Compound $62.47 7A 41J View King Cement Masons Application of Underlayment $62.97 7A 41J View King Cement Masons Building General $62.47 7A 41J View King Cement Masons Composition or Kalman Floors $62.97 7A 41J View King Cement Masons Concrete Paving $62.47 7A 41J View King Cement Masons Curb Et Gutter Machine $62.97 7A 41J View King Cement Masons Curb 8t Gutter, Sidewalks $62.47 7A 41J View King Cement Masons Curing Concrete $62.47 7A 4U View King Cement Masons Finish Colored Concrete $62.97 7A 4U View King Cement Masons Floor Grinding $62.97 7A 41J View King Cement Masons Floor Grinding/Polisher $62.47 7A 41J View King Cement Masons Green Concrete Saw, self- $62.97 7A 41J View powered King Cement Masons Grouting of all Plates $62.47 7A 41J View King Cement Masons Grouting of all Tilt-up Panels $62.47 7A 41J View h��n'-• //fn %ain nni ill ni/uinnnInnIfiin/n—rlAlnnnlnnlriin ne-r %i 11 /i 1/'1r)I royc Z- vi iv King Cement Masons Gunite Nozzleman $62.971 7A 41J I View King Cement Masons Hand Powered Grinder $62.97 7A 41J View King Cement Masons Journey Level $62.47 7A 41J View King Cement Masons Patching Concrete $62.47 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 41J View King Cement Masons Power Chipping Et Brushing $62.97 7A 4U View King Cement Masons Sand Blasting Architectural Finish $62.97 7A 4U View King Cement Masons Screed Et Rodding Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $62.47 7A 41J View King Cement Masons Troweling Machine Operator $62.97 7A 4U View King Cement Masons Troweling Machine Operator on $62.97 7A 41J View Colored Slabs King Cement Masons Tunnel Workers $62.97 7A 4U View King Divers Et Tenders Bell/Vehicle or Submersible $116.20 7A 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $79.23 7A 4C View King Divers Et Tenders Diver $116.20 7A 4C 8V View King Divers Et Tenders Diver On Standby $74.23 7A 4C View King Divers Et Tenders Diver Tender $67.31 7A 4C View King Divers Et Tenders Manifold Operator $67.311 7A 4C View King Divers Et Tenders Manifold Operator Mixed Gas $72.31 7A 4C View King Divers Et Tenders Remote Operated Vehicle $67.31 7A 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $62.69 7A 4C View King Dredge Workers Assistant Engineer $56.44 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View King Dredge Workers Mates $56.44 5D 3F View King Dredge Workers Oiler $56.00 5D 3F View King Drywall Applicator Journey Level $62.44 5D 1 H View King Drywall Tapers Journey Level $62.94 5P 1 E View King Electrical Fixture Maintenance Journey Level $30.59 5L 1 E View Workers King Electricians - Inside Cable Splicer $83.17 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $89.34 7C 4E View King Electricians - Inside Certified Welder $80.36 7C 4E View King Electricians - Inside Certified Welder (tunnel) $86.25 7C 4E View King Electricians - Inside Construction Stock Person $41.48 7C 4E View King Electricians - Inside Journey Level $77.55 7C 4E View King Electricians - Inside Journey Level (tunnel) $83.17 7C 4E View King Electricians - Motor Shop Journey Level $45.08 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 King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D View Construction King Journey Level Lineperson $72.98 5A 4D View h+tnr-• / %Ain t/Ini /Writ%A/nnnlnnlii 1 /11 /1n1n rays .� vi lv Electricians - Powerline 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 King Electricians - Powerline Pole Sprayer $72.98 5A 4D View Construction King Electricians - Powerline Powderperson $54.55 5A 4D View Construction King Electronic Technicians Journey Level $51.07 7E 1 E 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 $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View King Fla ers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat Et Frost Insulators And Journeyman $76.61 5J 4H View Asbestos Workers King Heating Equipment Mechanics Journey Level $85.88 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $52.44 7A 4V 8Y 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 $56.48 5B 1 K 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 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View 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 Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $72.18 7N 10 View King Laborers Air, Gas Or Electric Vibrating $50.86 7A 4V 8Y View Screed King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.86 7A 4V 8Y View King Laborers Brush Cutter $50.86 7A 4V 8Y View h��n�• //fnr�rn�r - nni IIni AAtnnnInnIi m/� AAInn 1^^1-.n ntrn­ r) royc -r vi lv King Laborers Brush Hog Feeder $50.861 7A 4V 8Y View King Laborers Burner $50.86 7A 4V 8Y View King Laborers Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Cement Dumper-paving $51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.861 7A 4V 8Y View King Laborers Change House Or Dry Shack $50.861 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $51.80 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V 8Y View King Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers Chuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader $51.801 7A 4V 8Y View King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute $51.80 7A 4V 8Y View Operator King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew $51.801 7A 4V 8Y View King Laborers Concrete Saw Operator/Core $51.80 7A 4V 8Y View Driller King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y View King Laborers Demolition: Wrecking Et Moving $50.86 7A 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $50.86 7A 4V 8Y View King Laborers Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, $51.80 7A 4V 8Y View Diamond) King Laborers Dry Stack Walls $50.86 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.861 7A 4V 8Y View King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View King Laborers Fine Graders $50.86 7A 4V 8Y View King Laborers Firewatch $43.11 7A 4V 8Y View King Laborers Form Setter $50.861 7A 4V 8Y View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.86 7A 4V 8Y View King Laborers Grade Checker Et Transit Person $52.44 7A 4V 8Y View King Laborers Grinders $50.86 7A 4V 8Y View King Laborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborers Groutmen (Pressure) Including $51.80 7A 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level $52.44 7A 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $51.80 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level $50.86 7A 4V 8Y View King Laborers High Scaler $52.44 7A 4V 8Y View King Laborers Jackhammer $51.80 7A 4V 8Y View King Laborers Laserbeam Operator $51.80 7A 4V 8Y View kf+m - //fnr►-,n urn nn�r/Ini/.0 1-1m/metAA1nnn1^^1- n n m- 1 1 /1 1) /7(lI Cl rays .j vi lv King Laborers Maintenance Person $50.86 7A 4V 8Y View King Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View King Laborers Material Yard Person $50.86 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $51.80 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, $51.80 7A 4V 8Y View ` Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) King Laborers Pavement Breaker $51.80 7A 4V 8Y View King Laborers Pilot Car $43.11 7A 4V 8Y View King Laborers Pipe Layer Lead $52.441 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View King Laborers Pipe Pot Tender $51.80 7A 4V 8Y View King Laborers Pipe Reliner $51.80 7A 4V 8Y View King Laborers Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50.861 7A 4V 8Y View King Laborers Powderman $52.44 7A 4V 8Y View King Laborers Powderman's Helper $50.86 7A 4V 8Y View King Laborers Power Jacks $51.80 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y View King Laborers Raker - Asphalt $52.441 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.801 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.861 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $43.11 7A 4V 8Y View King Laborers Tamper Et Similar Electric, Air Et $51.80 7A 4V 8Y View Gas Operated Tools King Laborers Tamper (Multiple Et Self- $51.80 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $51.80 7A 4V 8Y View Shorer Et Cribber) King Laborers Too room Person (at Jobsite) $50.86 7A 4V 8Y View King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $46.10 7A 4V 9C View King Laborers Truck Spotter $50.86 7A 4V 8Y View King Laborers Tugger Operator $51.80 7A 4V 8Y View h��rr• //fnrf-rnrr i-n 11ni in/met AA/non I^nlii n n m- r)I rays v vi lv King Laborers Tunnel Work-Compressed Air $120.61 7A 4V 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $125.64 7A 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $129.32 7A 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $135.02 7A 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $137.14 7A 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $142.24 7A 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $144.14 7A 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $146.14 7A 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $148.14 7A 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $52.54 7A 4V 8Y View Tender King Laborers Tunnel Work-Miner $52.54 7A 4V 8Y View King Laborers Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V 8Y View King Laborers Welder $51.80 7A 4V 8Y View King Laborers Well Point Laborer $51.80 7A 4V 8Y View King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View King Laborers Underground Sewer Et General Laborer Et Topman $50.86 7A 4V 8Y View Water King Laborers - Underground Sewer Et Pipe Layer $51.80 7A 4V 8Y View Water King Landscape Construction Landscape $39.18 7A 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $68.021 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $62.44 5D 1 H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication (In Shop) Fitter $15.86 1 View King Metal Fabrication (In Shop) Laborer $12.001 1 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 $63.94 7A 4C View King Modular Buildings Cabinet Assembly $12.00 1 View King Modular Buildings Electrician $12.00 1 j View King Modular Buildings Equipment Maintenance $12.00 1 View King Modular Buildings Plumber $12.00 1 View King Modular Buildings Production Worker $12.001 1 View King Modular Buildings Tool Maintenance $12.00 1 View King Modular Buildings Utility Person $12.00 1 View King Modular Buildings Welder $12.00 1 View King Painters Journey Level $43.40 6Z 2B View ki-+me-• //fnr+-rne-r- u#n nn%r/Ini/utnnnl^^1-.n/nr AAInn I�nlnin n, "%, i i /I V)rlir) ray' i vi iv King Pile Driver ICrew Tender 1 $67.311 7A I 4C View King Pile Driver Crew Tender/Technician $67.311 7A 4C View King Pile Driver Hyperbaric Worker - Compressed $77.93 7A 4C View Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - Compressed $82.93 7A 4C View Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed $86.93 7A 4C View Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed $91.93 7A 4C View Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed $94.43 7A 4C View Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed $99.43 7A 4C View Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed $101.43 7A 4C View Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed $103.43 7A 4C View Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed $105.43 7A 4C View Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.42 1 R View King Playground Et Park Equipment Journey Level $12.00 1 View Installers King Plumbers Et Pipefitters Journey Level $87.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $68.55 7A 3K 8X View King Power Equipment Operators Bobcat $65.05 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition $65.05 7A 3K 8X View Equipment King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 7A 3K 8X View King Power Equipment Operators Chipper $68.55 7A 3K 8X View King Power Equipment Operators Compressor $65.051 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser $65.05 7A 3K 8X View Screed King Power Equipment Operators Concrete Pump - Mounted Or $68.02 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $69.16 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $68.55 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $71.26 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 $69.85 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $68.55 7A 3K 8X View With Attachments h��nr• //fnr�rnrr ui nn /Ini/ - nnlnnliin/nrAA/n m n mw ii /17/ 1r)Ir) rays u vi Iv King Power Equipment Operators Cranes: 200 tons- 299 tons, or $70.57 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' $71.26 7A 3K 8X View of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $69.16 7A 3K 8X View Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $65.05 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through $70.57 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $68.02 7A 3K 8X View attachments, A-frame over 10 tons King Power Equipment Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $68.55 7A 3K 8X View (power) King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $68.02 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $68.02 7A 3K 8X View Crane Mount King Power Equipment Operators Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent $65.05 7A 3K 8X View And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $68.55 7A 3K 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $68.02 7A 3K 8X View Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $65.05 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $68.55 7A 3K 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating $69.16 7A 3K 8X View Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating $68.55 7A 3K 8X View Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $68.02 7A 3K 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $68.55 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over 10 $68.02 7A 3K 8X View Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons $65.05 7A 3K 8X View And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $69.16 7A 3K 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View k+++ ,­• //Fn 1^^1—.n/nr%AAIn­on In^Itiin nirn%r � i /17 /7(liCl rays :;, vi iv King Power Equipment Operators Loaders: Elevating Type Belt $68.021 7A 3K 8X View King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 $69.85 7A 3K 8X View Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $69.161 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $69.16 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $65.05 7A 3K 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $68.02 7A 3K 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $68.55 7A 3K 8X View Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $69.85 7A 3K 8X View And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $69.16 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $65.051 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $68.55 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators Power Plant $65.051 7A 3K 8X View King Power Equipment Operators Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 $65.05 7A 3K 8X View Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $69.16 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman $68.02 7A 3K 8X View (Certified) King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $65.051 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $68.02 7A 3K 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 $68.55 7A 3K 8X View Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $68.02 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $69.16 7A 3K 8X View And Over King Power Equipment Operators Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators Shovel , Excavator, Backhoe, $68.02 7A 3K 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: Over $69.16 7A 3K 8X View 30 Metric Tons To 50 Metric Tons King Power Equipment Operators $68.55 7A 3K 8X View kf+mr• //Fnr+-rnrr -n nn�r/Ini in/metAAlnnnlnnlnin 11 /11/Ir)1r1 rays Iv vi lv Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $69.161 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Ft Screedman $69.16 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height $69.85 7A 3K 8X View Base To Boom King Power Equipment Operators Tower Crane: over 175' through $70.57 7A 3K 8X View 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $71.26 7A 3K 8X View from base to boom King Power Equipment Operators Transporters, All Track Or Truck $69.16 7A 3K 8X View Type King Power Equipment Operators Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 $68.55 7A 3K 8X View Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver Under $68.02 7A 3K 8X View 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators Welder $69.16 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farman Type $65.05 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $65.05 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - Laser $65.05 7A 3K 8X View Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $68.02 7A 3K 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure h��r�r• //Fnr�rnr�r urn nn%ill ni in/mri /17 /7(liC) rayc li vi iv King Power Equipment Operators- Concrete Pump: Truck Mount $69.16 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $68.55 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and over $71.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 tons through 199 $69.85 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 $68.55 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $70.57 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' $71.26 7A 3K 8X View Underground Sewer Et Water of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $69.16 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 $65.05 7A 3K 8X View Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through $70.57 7A 3K 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $68.02 7A 3K 8X View Underground Sewer Et Water attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $68.55 7A 3K 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $68.02 7A 3K 8X View Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine $69.85 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $65.05 7A 3K 8X View Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $68.55 7A 3K 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $68.02 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $65.05 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $68.55 7A 3K 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $68.55 7A 3K 8X View Underground Sewer Et Water King $69.16 7A 3K 8X View hi-+nr• //fnrf-,n urn nn�,/Ini 1^^1i AA/nnnlnnl i /11) tI()ill royc iZ_ vi iv Power Equipment Operators- Hard Tail End Dump Articulating Underground Sewer Et Water Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating $68.55 7A 3K 8X View Underground Sewer Et Water Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $68.02 7A 3K 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $68.55 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over 10 $68.02 7A 3K 8X View Underground Sewer Et Water Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 Tons $65.05 7A 3K 8X View Underground Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $69.16 7A 3K 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 $69.85 7A 3K 8X View Underground Sewer Et Water Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $69.16 7A 3K 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $65.05 7A 3K 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $68.02 7A 3K 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $68.55 7A 3K 8X View Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $69.85 7A 3K 8X View Underground Sewer Et Water And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $69.16 7A 3K 8X View Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $68.55 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $65.05 7A 3K 8X View Underground Sewer Et Water King Pumps - Water $65.05 7A 3K 8X View k++� 1^^1—in/nr AA/non Il ^Ii i /i l /Ir)IO rays l.) vi iv Power Equipment Operators- UnderQround Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View UnderQround Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 $65.05 7A 3K 8X View UnderQround Sewer Et Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $69.16 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $68.02 7A 3K 8X View UnderQround Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $69.16 7A 3K 8X View UnderQround Sewer 8t Water King Power Equipment Operators- Roller, Other Than Plant Mix $65.05 7A 3K 8X View UnderQround Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $68.02 7A 3K 8X View UnderQround Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $68.55 7A 3K 8X View UnderQround Sewer Et Water King Power Equipment Operators- Saws - Concrete $68.02 7A 3K 8X View UnderQround Sewer 8 Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $68.55 7A 3K 8X View UnderQround Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $68.02 7A 3K 8X View UnderQround Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $69.16 7A 3K 8X View Underground Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $68.02 7A 3K 8X View UnderQround Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $69.16 7A 3K 8X View Underground Sewer Et Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $68.55 7A 3K 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $69.16 7A 3K 8X View UnderQround Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $69.16 7A 3K 8X View UnderQround Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height $69.85 7A 3K 8X View Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $70.57 7A 3K 8X View Underground Sewer Et Water 250' in height, base to boom h4-+rnr­• //fnr+-rnr-r- iAin nn�r/IniAAinnnlnn lei in/min AA/- In r%lei in nr-m%e 11 /17 /7r)I rayc i-r vi iv King Power Equipment Operators- Tower Cranes: over 250' in height $71.26 7A 3K 8X View Underground Sewer Et Water from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $69.16 7A 3K 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $68.02 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $68.55 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under $68.02 7A 3K 8X View Underground Sewer Et Water 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $68.55 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $69.16 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $65.05 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $68.55 7A 3K 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $50.96 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $48.35 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $50.96 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $45.54 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $34.51 5A 4A View Trimmers King Refrigeration Et Air Conditioning Journey Level $82.51 6Z 1G View Mechanics King Residential Brick Mason Journey Level $58.82 5A 1M 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 $46.431 7A 4C View King Residential Drywall Tapers Journey Level $47.17 5P 1 E View King Residential Electricians Journey Level $36.01 1 View King Residential Glaziers Journey Level $44.15 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 $27.80 1 View King Residential Plumbers Et Journey Level $39.43 1 View Pipefitters King Residential Refrigeration Et Air Journey Level $54.12 5A 1G View Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $51.89 7F 1 R View King Residential Soft Floor Lavers Journey Level $51.07 5A 3J View King Residential Sprinkler Fitters (Fire Journey Level $48.18 5C 2R View Protection) King Residential Stone Masons Journey Level $58.82 5A 1M View King Residential Terrazzo Workers Journey Level $54.06 5A 1M View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters liourney Level $21.04 1 View h1�nr^• //Fnr�rnrr� ur^ nnr/IniA 1^^1- /tn-AA!nnn1^^1-in ni-e-tw ii /17 /7(liCl rayc l.J vi lv King Roofers Journey Level $53.271 5A 3H View King Roofers Using Irritable Bituminous $56.27 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 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 $76.61 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 Et 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 $36.36 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 $46.15 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 $45.061 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $76.61 5.1 4H View King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $46.151 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $50.90 0 1 View (Electrical) King Sign Makers Et Installers (Non- Journey Level $31.52 0 1 View Electrical) King Soft Floor Layers Journey Level $51.071 5A 3J View King Solar Controls For Windows Journey Level $12.44 1 View King Sprinkler Fitters (Fire Protection) Journey Level $81.39 5C 1X View King Stage Rigging Mechanics (Non Journey Level $13.23 1 View Structural) King Stone Masons Journey Level $58.821 5A 1M View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $68.02 7A 3K 8X View Surveyor h��nr• //fnr�rnrr � nnr/Ini/ 1^^1-.n/nriAA/nnnI^^Iriin nrn%r i i /i '1/ llliCl rays lv vi iv King Surveyors Chainman $65.051 7A 3K 8X View King Surveyors Construction Site Surveyor $69.16 7A 3K 8X View King Telecommunication Technicians Journey Level $51.07 7E 1 E View King Telephone Line Construction - Cable Splicer $41.81 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $23.53 5A 2B View Outside King Telephone Line Construction - Installer (Repairer) $40.09 5A 2B View Outside King Telephone Line Construction - Special Aparatus Installer 1 $41.81 5A 2B View Outside King Telephone Line Construction - Special Apparatus Installer II $40.99 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $41.81 5A 2B View Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.92 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.92 5A 2B View Outside King Telephone Line Construction - Television Groundperson $22.32 5A 2B View Outside King Telephone Line Construction - Television Lineperson/Installer $29.60 5A 2B View Outside King Telephone Line Construction - Television System Technician $35.20 5A 2B View Outside King Telephone Line Construction - Television Technician $31.67 5A 2B View Outside King Telephone Line Construction - Tree Trimmer $38.92 5A 2B View Outside King Terrazzo Workers Journey Level $54.061 5A 1M View King Tile Setters Journey Level $54.06 5A 1M View King Tile, Marble Et Terrazzo Finishers Finisher $44.89 5A 1B View King Traffic Control Stripers Journey Level $47.68 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Truck Drivers Dump Truck $60.75 5D 4Y 8L View King Truck Drivers Dump Truck Et Trailer $61.59 5D 4Y 8L View King Truck Drivers Other Trucks $61.59 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $61.59 5D 4Y 8L View King Well Drillers Et Irrigation 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 h��nr• //fnr+-rnr-r- u /Ini/urnnnI^^It.in/net AA/nnnlnnlnin - t-m— i i /i /�llill Benefit Code Key—Effective 8/31/2019 thru 4/1/2020 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. I. 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 8/31/2019 thru 4/1/2020 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 8/31/2019 thru 4/1/2020 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 8/31/2019 thru 4/1/2020 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. 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. 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. 4 Benefit Code Key— Effective 8/31/2019 thru 4/1/2020 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. i All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. 4. 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(IV2)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. i 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. 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. 5 Benefit Code Key— Effective 8/31/2019 thru 4/1/2020 4. 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. V. Work performed in excess of ten(10)hours of straight time per day when four ten(10)hour shifts are established or outside the normal shift(5 am to 6pm),and all work on Saturdays,except for make-up days shall be paid at time and one-half(1 ''/z)the straight time rate. In the event the job is down due to weather conditions,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 work performed on Sundays and holidays and work in excess of twelve(12)hours per day shall be paid at double(2x) the straight time rate of pay. 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. When an employee returns to work without a break of eight(8)hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8)hours. 6 Benefit Code Key—Effective 8/31/2019 thru 4/1/2020 4. W. 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. 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 such time as the employee has had a break of eight(8)hours. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate,(except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage.Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight(8)or ten(10)hours of work(subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate.Work performed in excess of eight hours(or ten hours per day(subject to WAC 296-127-022)shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift,then by mutual agreement a special shift may be worked at the straight time rate, eight(8)hours work for eight(8)hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8)hours. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays:New Year's Day,Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). L 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). 7 Benefit Code Key—Effective 8/31/2019 thru 4/1/2020 5. 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). Holiday Codes Continued 6. A. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day.(9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). I. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 8 Benefit Code Key— Effective 8/31/2019 thru 4/1/2020 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 j Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. 9 Benefit Code Key—Effective 8/31/2019 thru 4/1/2020 7. 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. 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 10 Benefit Code Key—Effective 8/31/2019 thru 4/1/2020 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. 7. 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. Holiday Codes Continued 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. E. Holidays:the day before New Years's Day,New Year's Day,Martin Luther King,Jr.Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,Friday after Thanksgiving Day,the day before Christmas,and Christmas Day.(12) 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. 11 Benefit Code Key—Effective 8/31/2019 thru 4/1/2020 8. 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. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 22F-$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.) Y. Tide Work:When employees are called out between the hours of 6:00 p.m.and 6:00 a.m.to work on tide work (work located in the tide plane)all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents($0.75)per hour above the classification rate. 12 Benefit Code Key— Effective 8/31/2019 thru 4/1/2020 8. Z. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. 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 a contractor),a government agency or the contract specifications require that more than(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the special shift premium will be applied to the basic straight time for the entire shift.When an employee works on a special shift,they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. 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 require that more than four(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid$0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A)— 130'to 199'—$0.50 per hour over their classification rate. (B)—200'to 299'—$0.80 per hour over their classification rate. (C)—300'and over—$1.00 per hour over their classification rate. B. 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. Tide Work:When employees are called out between the hours of 6:00 p.m.and 6:00 a.m.to work on tide work(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work:When employees are called out between the hours of 6:00 p.m.and 6:00 a.m.to work on tide work(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 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. 13 DES 1 GN PUMP PERFORMANCE CURVE Armstrong Well 2 Well Replacement/Bond A - 4 November 25, 2019 Project Number: W20089 PERFORMANCE CURVE GOULDS Quote ID: 9001-191105-001:0:1 QTY 1 � DWT-DITM 10RJHC,6 Stages xylem ir.,xi-,i 6.62 in 45 60 320 6,375 in 68 71 75 79 81 82 83 240 ,..�_ 82 81 79 5,25 in 75 71 45 60 68 71 68 = 160 75 79 79 60 75 71 68r 45 80 60 45 0 -'/ ` 20 a z 0 a d 40 3 0 a 0 80 160 240 320 400 480 560 640 720 800 880 US gpm Curve&hydraulic data presented is nominal performance based on ANSI/HI 14.6 acceptance grade 2B. Design values are guaranteed within the following tolerances: Flow±8%, Head±5%, and optionally either Power+8%or Efficiency-5%at manufacturer's discretion. CURVE DATA Specified Flow 700.00 USgpm Shut Off TDH(Bowl) 308.0 ft Max Power(NOL)Flow 950.0 USgpm Specified TDH 236.00 ft Shut Off TDH(Disch Flange) 264.3 ft Max Power(NOL)at Max Trim 60.1 Hp Rated Speed 1770 RPM Shut Off Pressure(Bowl) 133.3 psi Guaranteed Max Power(NOL)at 64.9 Hp Atmospheric Pressure 14.50 psi Shut Off Pressure(Disch Flange) 114.4 psi Max Trim Pumping Level 43.00 ft Run Out Flow 950.0 USgpm Max Power(NOL)Flow at Max 950.0 USgpm Elevation 380 ft Run Out TDH(Bowl) 155.0 It Trim NPSHa at Grade 33.4 ft Run Out TDH(Disch Flange) 109.1 ft Recommended Power 60.00 Hp NPSHa at 1st Impeller 49 4 ft Run Out Pressure(Bowl) 67.1 psi Allow Service Factor Yes 16 inch[406mml Run Out Pressure(Disch Flange) 47.2 psi kWh per 1000 gal 0.96509 Well Diameter Casingo NPSHr at Design 14.0 ft Bowl Efficiency at Design 82.60 /o Fluid Water Guaranteed Bowl Efficiency 78.47% NPSH Margin at Design 35.4 ft Fluid Temperature 68.0'F Best Efficiency 82.80% Min Submergence at Design 98.22 in Specific Gravity 1.0000 BEP Flow 678.0 USgpm Actual Submergence 284.64 in Viscosity 1.0017 cP Design Flow%BEP 103.24% Thrust at Design 2069.6 lb Vapor Pressure 0.3393 psi Pump Efficiency 81.83% Thrust at Shut Off 2573.2 lb Density 62 Ibs/ft' Motor Efficiency 95.00% Thrust at Run Out 1459.6 lb Design Flow 700.0 USgpm Overall Efficiency 77.76% Bowl Material Cast Iron with Glass Min Flow MCSF 170.0 USgpm Enamel ( ) 9P Friction Loss at Design 51 1 ft Bowl Material Derate Factor 1.00 Design TDH(Bowl) 239.0 ft power at Design 51.1 Hp Design TDH Disch Flange) 194.0 ft Impeller Material 316SS 9 ( 9 1 Guaranteed Power 55.2 Hp Design Pressure(Bowl) 103.5 psi NOL Power 56.0 Hp Impeller Matl Derate Factor 1.00 Design Pressure Disch Flange) 84.0 psi Total Flow Derate Factor 1.00 9 (Disch 9 ) P Guaranteed NOL Power 60.5 Hp ____Total Head Derate Factor 1.00 DO NOT USE FOR CONS(RUCTION UNLESS CERTIFIED Certified By Project Bryan Bond City of Kent,WA Well A-2 Tag PO Number Serial Number PHOTOS OF ITEM TO D I SPOSE Armstrong Well 2 Well Replacement/Bond A - 5 November 25, 2019 Project Number: W20089 >' ._ U� ,. �,` �: x�,� �F � F a#, .� � r =' �• u F �; <, , .,,= , . I= 7' � r: �< r _ ,s'�." �� ,� rr h'� ., . , , ,�' �. '� Y - �. ;, , .. �. 3 _ E � � d � i 4 2 r - 1 �� <. _ - � _ i � - t t f e - � t r _ �` _ ,_ �I �. � 1 a _ } _ I _. -� _, � _ -.. _ _ ��. � � i -,.a�.: i 4c. a 1 f , r yf �' =1 _. "� a# � p _ �; .. t.a -.. - _._ � ,_ .. ',: ` � `.: _ .. .m "' 1` >'Yi v- s F' + s J � ��,�•4'�1, �it, ,t r i 3 P.4„f g..77� `?i�d f# � f '4 S , t �yi+Ag1 ' Ac IA � ♦ 6' � �,t � .:..�. 4'4 may' "3 ,# A "74 s r �1r 14 - °o i4:� �;. �f A� •� � ter° A {t`4 •,�� t V "t - n �r aSi f� ♦ _ Ire44 {n J • _ Ak irk\ '� ,� •t rra� f� j 'C , R*` 4, `c'3 l�d j;a %iRJ�►- Sa+: � •?. � '� ; Y a f ,,. �.. ;►� is � � ,{t L �,,`�i :$ ;i � .s 3 > n r�u�R ,.�, (h'.y;' �•[� .Try , ',���, �, .r, t. 3 ..ttfr tfr''�,'t a*1� M. t 7 � _ R x n xz<-„ .... -��.?,' _'� ` �.. tit`i '•t.-'�a, '�� `'�`-t,`�at-, :� � � ., , RY.. ' ,t'�i.;'ti 1fy f J .. t ,' `yyTT •v f ,t ,may %AAll `r� d} r-- / �f�r• 1� t-1 �� ' t$� �tC,yy �JN'''P; •*tt"' §�� `# � w? I �' r�ct�l�:R �� � �� , Y 1= ,fi��Ff` t t t.,,� ,♦ t {..r �y f 1`��. �` tj', �_��1, ��� � f�4.,?Ll f �Y _ t,�', tw` t s +. +�? eX.X v{ i fk ;«S• ct1 p-Sq7+�'♦ri : "�• 1M < ,�1�� s �f°'�':��i� *-.}�� rt '♦ s, .r+r �i' *tA c� 7'�r. 6: �. , {"�`�'. C Y .:'i,.•,l. it a :--A„ Aw K r � • r s e kU IL ------------ . r • �� , � _ = f;,� r. Via, r r M t, . s , ram_' •� -�-�`• - r r , t 3 y [ ^—A , ww h - r , n _ a. ti �+�1.7�)��`Ft���*,i,*��L�{$:.� ♦m�•�'' �7" l{� t r � �� ;Il -,� � It' t�q F E imp {� fr f , 'i $� �;� i ti;ti:ryY n �' �� 'y� +��r'�'�f 1'Y+�� f7��•� <`' �•{-i,. /�', � ] 1 .r '� i a ,*4{ e7 $l s 1 I ..:qti �;, *s},,FS'2 1?I„\f F%`,�' p. �• 7 y it � Ty. a'� i I , a Yi* IV �i* � �` 'fir _ - - ��• �a��t� �.>-, _. of ,� t �t �,• c'* -•t it «�� �'` �� iy�'� �� - - - ,I. cif � < a • "+.* w!<`::"„ gip t 1 �v k « *x_ < i wk IN Mm MOT— y7 ✓"y <} l..? - tt K T r l x m � r -.AIL- I r -MW"M�