Loading...
HomeMy WebLinkAboutCAG2020-254 - Original - Olson Brothers Excavating, Inc. - Downey Farmstead Restoration Phase 3 - 08/06/2020ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: o Director or Designee o Mayor Date of Council Approval: Budget Account Number: Budget? o Yes o No Grant? o Yes o No Type:Review/Signatures/RoutingDate Received by City Attorney:Comments: Date Routed to the Mayor’s Office: Date Routed to the City Clerk’s Office:Agreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Basis for Selection of Contractor: Termination Date: Local Business? o Yes o No* *If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? o Yes o No Contract Number: Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 August 4, 2020 DATE: July 21, 2020 TO: Kent City Council SUBJECT: Downey Farmstead Restoration Phase 3 – Excavation and Habitat Structure Installation - Award MOTION: Award the Downey Farmstead Restoration Phase 3 - Excavation and Habitat Structure Installation Project to Olson Brothers Excavating, Inc. in the amount of $803,731.50 and authorize the Mayor to sign all necessary documents, contingent on the Mayor’s approval of the Cooperative Watershed Management Grant award from the King County Flood Control District, and subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project consists of excavating and exporting 25,000 cubic yards of material, installation of six habitat structures and preparing the site for planting in the fall. This work is in support of the Downey Farmstead Restoration project which is a grant-funded salmon habitat project. The bid opening for the Downey Farmstead Restoration Phase 3 - Excavation and Habitat Structure Installation Project was held on June 9, 2020, with 11 bids received. The lowest responsible and responsive bid was submitted by Olson Brothers Excavating, Inc. in the amount of $803,731.50. Bid Tab Summary 01. Olson Brothers Excavating, Inc. $803,731.50 02. Scarsella Bros., Inc.$813,394.45 03. Active Construction Inc.$837,837.00 04. Archer Construction Inc.$861,929.84 05.Rodarte Construction, Inc.$1,052,920.00 06. Goodfellow Bros. LLC $1,086,140.00 07. R.W. Scott Construction Co.$1,092,355.00 08. Northwest Cascade, Inc.$1,241,460.00 09.Mike McClung Construction Co. $1,438,525.00 10. Ohno - Touchdown JV $1,439,520.50 11. A-1 Landscaping and Const Inc. $2,256,510.30 Engineer's Estimate $1,256,255.00 10.A Packet Pg. 202 BUDGET IMPACT: This phase will be fully paid for using grant funds. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1.Downey Farmstead Restoration Ph 3 Bid Tab (PDF) 10.A Packet Pg. 203 CONFORMED TO ADDENDUM 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Downey Farmstead Restoration Phase 3 – Excavation and Habitat Structure Installation Project Number: 18-3007.1 BIDS ACCEPTED UNTIL BID OPENING June 9, 2020 June 9, 2020 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 INDEX Section 1 Bidder’s Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Kent Standard Plans Section 6 Downey Farmstead Restoration Construction Stormwater General Permit Section 7 King County Permits: Shoreline Exemption and Clearing and Grading Permit Section 8 Traffic Control Plans Section 9 Project Sign Template Section 10 Prevailing Wage Rates Section 11 Geotechnical Report CITY OF KENT KING COUNTY, WASHINGTON Downey Far stead Restoratimon Phase 3 � Excavatinon and Habintat Structure Installation Project Number: 18-3007.1 June 9,, 2020 10:45 s ID OPENING June 9,, 2020 11:00 A.M. DELIVER TO CITY OF A s s TIMOTHY J. LAPORTE, P.E. �� NT. BIDDER'S NAM Olson Brothers Excavati lnc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Downey Farmstead Restoration Phase 3 r Excavation and Habitat Structu re Insta I lation Project Number: 18-3OO7 .L BIDS ACCEPTED UNTIL June 9t 2O2O 1O:45 A,M. BID OPENING June 9, 2O2O 11:OO A.M. DELIVER TO crTY oF KENT, CITY HALL 22O 4th Avenue S., Kent, WA 98032-5895 TTMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT Wa s n r N G T o N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration – City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 – Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor’s Qualification Statement 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 Kent Standard Plans Downey Farmstead Restoration Construction Stormwater General Permit ORDER OF CONTENTS King County Permits: Shoreline Exemption and Clearing and Grading Permit Traffic Control Plans Project Sign Template Prevailing Wage Rates Geotechnical Report INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through June 9t 2O2O up to 1O: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,22O 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bidi 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 l1lOO a.m. for the City of Kent project named as follows: Downey Farmstead Restoration Phase 3 Excavation and Habitat Structure fnstallation Project Number: 18-3OO7. 1 The City of Kent will conduct the bid opening at the time and date as scheduled, however, due to the coronavirus disease 2019 (COVID-19) and its impacts the bid opening process will take place as follows: Bidders shall call the City Clerk at (253) 856-5725 to drop off bids. The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid opening to hear the bid results, but must stand 6 feet or more apart. The project consists of excavation, and disposal of approximately 25,000 cubic yards (CY) of soil from the project site, construction and installation of 6 large habitat str.uctures, relocation and placement of 3,900 CY of mulch, relocation and placement of 3,900 CY of topsoil, and placement 21,500 SY of coir fabric. The project site is bounded by the Green River to the north and east, SR 516 to the south, and the bridge crossing at Mullen Slough to the west. All of the above work is necessary as preparation for the future Downey Farmstead Restoration project, which will improve salmon habitat and reduce flood risk along the Green River. All work will be in accordance with the Contract Plans, Kent Special Provisions, and the current WSDOT Standard Specifications. The City of Kent has determined the project is essential pursuant to the Governor Inslee issued Proclamation 2O-25. Should a contract be executed and this Proclamation or a similar proclamation be in place, specialized plans and protocols must be established and implemented to meet the social distancing and sanitation measures set forth by the United States Department of Labor or the Washington State Department of Health. It is the contractor's responsibility to implement these measures. The Engineer's estimated range for this project is approximately $1,000,000.00 to $1,200,000.00. Bid documents may be obtained by contacting City of Kent Engineering Depaftment, Nancy Yoshitake at 253-856-5508. For technical questions, please call Melissa Dahl at 253-856-6511. Bids must be clearly marked "Bid' with the name of the project on the outside of the envelope, addressed to the City Clerk, 2ZO 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,.gpv/doing: bueiness{bids-procuremqnt. Copies of the WSDOT Standard Specifications are available forperusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than L5o/o 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 5o/o 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. Note: The award of the contract will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive order No. 1L246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 21st day of May, 2020. BY: Kimberley moto, City Cl Published in Daily Journal of Commerce on May 25 and June Z, 2020. CONTRACTOR COMPLIANCE STATEM ENT (President's Executive Order # 11246) pslsJune 9,2020 This statement relates to a proposed contract with the City of Kent named Downey Farmstead Restoration Phase 3 Excavation and Habitat Structure Installation Project Number: 18-3OO7.1 I am the undersigned bidder or prospective contractor, I represent that - 1. 1X have not, participated in a previous contract or subcontract subject to the President's Executive Order #Lt246 (regarding equal employment opportunity) or a preceding similar Executive Order, Olson Brothers Excavating, lnc. NAME OF BIDDER BYr SIGNATURE/TITLE Steve Olson, Vice President 6622112th St. E Puvallup , wA. 98373 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 have, 1 May 2L,2O2O DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1, I have read the attached City of Kent administrative policy number 1.2, 2. During the time of this contract, I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract, the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities, 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree lfill the uirements referenced above. By For: Olson Brothers Excavating, lnc. Tige: Steve Olson, Vice President Date: June 9, 2020 Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 2 May 2l,2O2O CITY OF KENT ADMINISTRATIVE POLICY NUMBER: L.2 EFFECTIVE DATE: January 1, 1998 SUBJECT:MINORIW AND WOMEN CONTRACTORS SUPERSEDES: April 1, 1996 APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws, All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007. 1 3 May 2L,2O2O 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 agen 1e; Olson Brothers Excavating, lnc. Company, hereby acknowledge and declare that the before- mentioned company was the prime contractor for the contract known as Downey Farmstead Restoration Phase 3 - Excavation and Habitat Structure Installation/Project Number: 18-3OO7.1 that was entered into on the (Da 61912020 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 rt of the before-mentioned contract ) By: For: Title: Date Olson Brothers Excavating, lnc. Steve Olson, Vice President . 6t9t2020 Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 4 May 2l,2O2O PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies 1669 Olson Brothers Excavating, Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Downey Farmstead Restoration Phase 3 - Excavation and Habitat Structure Installation/Project Number: 18-3OO7.1forthe 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 (x), 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 NO. NO. APPROX. QUANTITY ITEM UNIT PRICE TOTAL AMOUNT 1006 2-03.5 WSDOT 100 CU YDS Roadway Excavation, Including Haul $14.00 Per CY $1,400.00 Any bids not filled out properly may be considered non-responsive. Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 5 May 2t,2Q2O SCHEDULE I - EXCAVATION ITEM NO. SECTION NO. APPROX.UNIT PRICE TOTAL AMOUNT ITEM 1000 1-09.7 WSDOT 1 LUMP SUM Mobilization !y,(rort" E 24aoo,9 1005 B-12.5 KSP 200 LN FT Temporary Fencing $f gD * /, /ao-& Per LF @ *1010 2-03.5 KSP $/b.25,000 B CU YDS Excavation, Including Haul and Disposal $4aarooo. Per BCY 2-07.5 KSP Watering $77 ts Per MGAL $ /q43a.&-10L5 200 MGAL 00 Supply and Install Steel Plates E/Q'{V0,$ /d/oD' Per LS ry10207-20.5 KSP 1 LUMP SUM 1025 8-30.5 KSP 2 EACH Project Signs co pthoao.$ Qaao.Per EA 1030 1,-04.4(1) 1 WSDOT CALC Minor Changes *Common price to all bidders $5,ooo* Per CALC $5,000 SMh T$taE 9tGs/o WsA State Sm$es Tax Schedule I Total "{b2,*dse*-g-//(,.atB:re-s s $ 6 vo Downey Farmstead Restoration Phase 3/Dahl ProJect Number: 18-3007,1 June 3, 2020 SCHEDULE V - TRAFFIC CONTROL XTEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITV ITEM 5005 1-10.5 KSP 150 HOURS Traffic Control Labor r $820-4$tg Per HR 5015 1-10.5 KSP 30 HOURS 4Traffic Control Superviso r E 42, Per HR $J"/a.e- 5020 1-10.5 KSP 1 LUMP SUM Temporary Traffic Control Devices $W07r 3zco * Per LS Sarb TotaB 1S0/s WA State $aBes Tax Schedule V Total /4, z/o, a9 $ s t,72t.w- $ Downey Farmstead Restoration Phase 3/Dahl ProJect Number: 18-3007.1 7 June 3, 2020 SCHEDULE VII . TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM ry $ a9 7000 B-01.s(2) KSP 2 ACRE 6 947/0 Per AC 4{,42dSeeding, Fertilizing, and Mulching 7o1o 8-01.s(2) WSDOT L,70A LN FT Wattle $43{ $1,31='.e Per LF 7015 15 HOURS B-01.s(2) KSP ESC Lead ry &$ t23,$ I gqs. Per HR 7420 8-01.s(2) WSDOT 1 FORCE ACCOUNT $10,000* Per FA 10,000Erosion/Water Pol lution Control *Common price to all bidders 7025 8-01.5 WSDOT 20 HOURS Street Cleaning &09$2U.Wto@. Per HR 6o Serh TotaB 3,So/CI WA State SaEes Tax Schedule VII Total $ $ b 9, 2/a0- b, q ^b.ao+ Downey Farmstead Restoratlon Phase 3/Dahl Project Numben 18-3007,1 I June 3, 2020 SCHEDULE VIII _ RESTORATION ITEM NO. SECTION NO. APPROX.UNIT PRICE TOTAL AMOUNT ITEM 8005 B-02.5 KSP 3,900 CU YDS Relocation and Placement of Topsoil Type A $ /{eo $/ryC,V1C@ Per CY 8-02.5 KSP 3,900 CU YDS $ I0!? Per CY $37poo ou8015Relocation and Placement of Wood Chip Mulch 8020 B-01.5 KSP 21,500 SQ YDS Coir Fabric Installation (Erosion Control Blanket) $J1 Per SY 8025 8-26.5 KSP 6 EACH Floodplain Habitat Structure Type 2 I4,/Q0o $ 27b0O- Sub Total LOo/o WA State Sales Tax Schedule VIII Total #' Ic 5(> Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 9 June 3, 2020 BID SUMMARY {aG, b4 3.rySchedule I Schedule V ae/{/"</. Traffic Gontrol a Lo ,l trb,ooSchedule VII Schedule VIII TOTAL BID AMOUNT Downey Farmstead Restoration Phase 3/Dahl Project Number 18-3007. 1 Temporary Eroiion & Sedimentation Control 3a{./, 4 Restoration 7og 5tO 10 May 2t,2O2O 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 10o/o 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 LOo/o 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: Downev Farmstead Restoration Phase 3 - Excavation rnd llrhifrf €trrra]rrna Tnc]r llation Project Number:18-3007.1 NcNiSubcontractor 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 SIG NATU RE Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007. 1 11 Steve Olson, Vice President May 2t,2020 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder; Olson Brothers Excava , lnc Project Name:Downey FFrmstead Restoration Phase 3 - Excavation and Habitat Structure Installation Project Number:18-?OO7-1 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work, Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name:r</4 Plumbing Subcontractor Name:/VH Electrical Subcontractor Na me : 6t9t2020 Signature of Bidder Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 Date L2 May 2L,2O2O CoNTRACTOR'S QUALTFTCATTON STATEM ENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPOAISES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR.TS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner, Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects, The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination, No appeals will be received after the expiration of this 24 hour appeal period, The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U,S, Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work, Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007. 1 13 May 2t,2020 PRINCIPAL OFFICE: ADDRESS: 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 STGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS 'VOAI.RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED By: Olson Brothers Excavating, lnc. NAME:Steve Olson Vice President ADDRESS:6622112th St. E. Puyallup, WA. 98373 Olson Brothers Excavating, lnc. 66221121h St. E Puyallup, WA.98373 PHONE: FAX: 253-770-3844 253-770-3845 STATUTORY REQUIREMENTS - Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. L.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, L.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under Downey Farmstead Restoration Phase 3/Dahl 14 May 2L,2020 Project Number: 18-3007.1 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39,12.065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. 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.L2 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 ORGANIZATION 2.1. How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.L Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2 2.4 If your organization is a partnership, answer the following 2.3.L 2.3.2 2.3.3 2.3.4 2.3.s 2.3.6 2.4.L 2.4.2 2.4.3 Date of incorporation: State of incorporation : President's name: Vice-president's name(s) : Secretary's name: Treasurer's name: Date of organization: Type of partnership (if applicable): Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.L Date of organization:2.5.2 Name of owner: Downey Farmstead Restoration Phase 3/Dahl 15 Project Number: 18-3007, 1 May 2L,2O2O 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.L 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.L 4.2.2 4.2.3 Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 Has your organization ever failed to complete any work awarded to it? Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.I State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization, 4.7 On a separate sheet, list your major equipment. 16 May 2t,2O2O 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.9., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; 5. REFERENCES 5.1 5.2 5.3 Trade References: Bank References: Surety: 5.3.1 5.3.2 6.1.2 6.1.3 6.L.4 Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007,1 Name of bonding company: Name and address of agent: Current Liabilities (e.9., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.9., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). Name and address of firm preparing attached financial statement, and date thereof: Is the attached financial statement for the identical organization named on page one? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.9., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? L7 May 2t,2020 7. SIGNATURE 7.1 Dated at this I day e; June 2Q20 Name of Org anization. Olson Brothers Excavating, lnc. By: Title:Steve Olson, Vice President 7.2 Steve Olson being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading Subscribed and rn before me d of June 2020. Notary Public:ltllllll trt ene ( My Commission res: 1211512 OV frltttilr Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 ur- I 18 May 2L,2020 BROS. ESCAVAT$|e $fg. 6622 - 1'l2rh Sr. E . PUYALLUB WA 98373 . (253) 770-3844 FAX (253) 770-3845 City of Kent Downey Farmstead Restoration Phase 3 - Excavation and Habitat Structure lnstallation Project No: 18-3007.1 Statutory Requirements: EXCAVATING DEMOLITION LAND DEVELOPING 1.1 I.2 1.3 7.4 1.5 r.6 See attached 601-161-68s ES Ref No: 674087007, Please see attached See attached See attached See attached list of references 3l Years 31 Years N/A 1./1./8s Washington Mike Olson Steve Olson Mike Olson Steve Olson N/A N/A N/A State of Washington - OLSONBE113N3 / 601-151-585 City of Sammamish City of Gig Harbor City of Tumwater City of Sumner City of Ruston City of Fircrest City of Port Orchard City of Olympia City of Lacey City of Puyallup 00990231 City of Tacoma 500005551 City of Snoqualmie 113485 City of Renton 81.034836 City of Seattle 5208L3 City of Bellevue 125373 2.L 2.2 2.2.1 2.3 2.3.L 2.3.2 2.3.3 2.3.4 2.3.5 2.3.6 2.4 2.5 216 3.1 CONTRACTOR'S LICENSE NO . OLSON B E 113N3 3.2 5.1 5.2 5.3.1 5.3.2 4.L 4.2.L 4.2.2 4.2.3 4.3 4.4 4.4.L 4.5 4.5.L 4.6 4.7 State of Washington - OLSONBE113N3 / 601-161-685 City of Sammamish City of Gig Harbor City of Tumwater City of Sumner City of Ruston City of Fircrest City of Port Orchard City of Olympia City of Lacey City of Puyallup 00990231 City of Tacoma 500005551 City of Snoqualmie 113485 City of Renton 81.034836 city of seattle 520813 City of Bellevue L25373 Sitework and underground utility installation; Sewer, Water, Storm No No No No See attached S 4,ooo,ooo.oo See attached 5 L2,000,000.00 See attached See attached See attached Heritage Bank Chuck Folsom (2531 770-7686 Travelers Casualty & Surety Company Agent - Propel lnsurance, P.O. Box 2940,Tacoma, WA. 98401 6.1 Financial Statement available upon request Depamment of Lnbor and IndustriesPO Box 44450Olympia, WA 985M4450$75OLSON BROTHERS EXCAVATING TNC6622 I IzTH ST EPUYATLUP WA 98373OL$ON BROTHNRS EXCAVATINS INCCC OL$ONBEI l3N3601-r 6 t-685Registered ns provided by Law ns:Construction Contract$r(ccor ) - GENERALEffective Date: 8l23ll 989Hxpiration Date: I S/3 I /20? IReg:UBI: Flsnse kn*p the departnrsnt infonned of ynur addrsss changus. lt is your rexponsibiliry to keep uninfonned of your current mailing address. Failure to supply the correct sddres$ msy result in yourrenenul natice being o*lost" in the mail. Fsilure to renew within tho proper time frame may resultin ndditional cost und/or retaking of the qunlifying test.' Chang* y$ilr $$ldress onllne: http://wuw.lni.u'a.gov/Tradeslicensing/LicensingReq/Legel.wsp. By nrait, send a signecl lctter with the following infonnation to the mailirrg addrcss on thcfi'ont *f th* snrtilicate: licenseleertifisate numb*r, nslno, address, city, state, {Htd zip code. cer'tifrCete'ofpost both thi:,iof the poslersYqu wiil tic*n be receiving I copy of each. Il ycu requirecopies, cali Labor artd lndlr'$tr,iCs it 360'.902-4817.Insurance Services DivisionEinplqyet Selviceri o Job Snfety uncl Health Protection (tvailable in Spanish)o Your Rights as a Worker/Fanrily CarelgUgrlrne-n1,of Labor & lndustries s Notice to EmployeesPO Box 44144bl6;i;, Wn qtstf+-+t++ \ryORKn:lf: 'l'hc r:nrplo-r,cr niuned belorv is an irtsurecl J:olicyholclerwith the Washington State Industrjal lnsurance Trust Fund{Yourilcdthcrrnlynurnburantlyou necti to tlisuilss yuur l:u.siness irccounl rv'illr tlr{: Waslriu$tein stutc rlcplrtnronts ol'lhdnsrics.alrd rlrp Oilicc trl'the Secrelaly ol'Stirte, Othc.r stuic liccuses or rcgistarionsbe ts l"JSlN E,S$ !-[C EF\g $E STATE OF WASHINGTON Profit Corporation OLSON BROTIIERS EXCAVATING, INC. OLSON BROTHERS EXCAVATING 6622 112TH ST E PUYALLUP, WA 98373-4630 UNEMPLOYMENT INSURANCE - ACTIVE TAX REGISTRATION - ACTIVE This document lists the registrations, endorsemerits, and licens6$ authorizad for the.business namo<l above, By acc€pting this documonl, tho liccnsoc carlifios lha lnformalion on thc application wils colnploto' truoi and acculato,lo ths bost of hib or hor knowlcdgc, oild thitl businass will bo.conducted ln conrpllanoe wllh all appllcablc washington stllto, county, irild city rogulations. lssue Date; May 2g, 2020 Unified Business lD #;60116168b Business lD #: 001 Location: 0001 Expires: Feb 28,2021 INDUSTRIAL INSURANCE - ACTIVE CITY ENDORSEMENTS:' CARNATION GENERAT BUSINESS - NON.RESIDENT - ACTIVE ENUMCLAW GENERAL BUSINESS - NON-RESIDENT #8US2020-0160 (EXP|RES 5t31t2O:21)- ACTTVE GIG HARBOR..GENERAL BUSINESS]- NON-RESIDENT - ACTIVE LACEY GENERAL BUSINESS - NON-RESIDENT #2291- ACTIVE OLYMPIA GENERAL BUSINESS - NON.RESIDENT #2591 - ACTIVE PORT ORCHARD GENERAL BUSINESS - NON-RESIDENT #BO1O25O - ACTIVE RUSTON GENERAL BUSINESS - NON-RESIDENT #08-067 - ACTIVE TUMWATERGENERAT'BUSINESS : NON-REEIDENT #F.OOOI 53 - ACTIVE TUKW]LA GENERAL BUSINESS - NON-RE$IDENT - ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Fermit Oireclo4 Deparlrnent. of Rcvonuc 3AOS. ESCAVAA$Ie $fg. 6622 - 112rh St. E. PUYALLUB WA 98373 . (253) 770'9844 FAX (253) 770-3845 June 9, 2020 Downey Farmstead Restoration Phase 3 - Excavation and Habitat Structure lnstallation Project No: 18-3007.1 Olson Brothers Excavating, lnc., including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06-010 or 39.12.065(3). Sincerely, Olson Brothers Excavating, lnc. Steve Olson Vice President EXCAVATING DEMOLITION LAND DEVELOPING CONTRACTOR'S LICENSE NO . OLSON B E 113N3 aaos. EscA?ATtDrB $tc. 6622 - 1 12rh Sr. E . PUYALLUB WA 98373 . (253) 770-3844 FAX (253) 770-3845 June 9, 2020 Downey Farmstead Restoration Phase 3 - Excavation and Habitat Structure lnstallation Project No: 18-3007.1 Olson Brothers Excavating, lnc., including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, affirms that within the three year period immediately preceding the bid solicitation date, our company is not a "willful" violator asdefined in RCW 49.48.O82,of anyprovisionsof chapters 49.46,49.48,or49.52 RCW, asdetermined by a final and binding citation and notice of assessment issued by the Department of Labor and lndustries or through a civiljudgment entered by a court of limited or generaljurisdiction. Signed under penalty of perjury by a person with authority to act and speak for Olson Brothers Excavating, lnc. EXCAVATING DEMOLITION LAND DEVELOPING Sincerely, Olson Brothers Steve Olson Vice President lnc. CONTRACTOR'S LICENSE NO . OLSON B E 113N3 aBos. EacavATtlfB t!fc. 6622 - 1 1 2th St. E . PUYALLUB WA 98373 . (253) 770-3844 FAX (253) 770-3845 Work in Progress EXCAVATING DEMOLITION LAND DEVELOPING Project Name Owner: Address Project Name Owner: Address Project Name Owner: Address Project Name Owner: Address Project name Owner Address Foothills / Battersby Trail City of Enumclaw 1309 Myrtle Ave. Enumclaw, WA. 98022 s 728,000 15% Complete - Estimated completion 8/2O Canyon Village Apartments Canyon Village Apartments LLC 48t4 174th St. Ct. E. Puyallup, WA.98374 s L,900,000 10% Complete - Estimated completion 8/2O 19nd St. Plat - Ridge at Crescent Pond Ridge at Crescent Pond, LLC 1622 192nd St. E. Spanaway, WA.98387 Time and Materialjob 15% Complete - Estimated completiong/2O Husky Terminal Lot F Redevelopment Husky / ITS @ Port of Tacoma 1101 Port of Tacoma Rd. Tacoma, WA.98421 s 3,goo,00o 30% Complete - Estimated completion LO/2O 2020 Rainier Beach SRTS City of Seattle P.O. Box 94687 Seattle, WA. 94687 s 1,057,000 0% Complete - Estimated Completion 1'L/2O CONTRACTOR'S LICENSE NO . OLSON B E 113N3 References and Work Completed Project Name Year Owner Size Contact Project Name Year Owner Size/Description Contact Project Name Year Owner Size/Description Contact Project Name Year Owner Size/Description Contact Project Name Year Owner Size/Description Contact Project Name Year Owner Size/Description Contact Project Name Year Owner Size/Description Contact Perrigo Park Phase 2A 201s City of Redmond 1.2 Million Joe O'Leary @25l. 69L-7793 14th & Concord CSS lmprovements 20t6 City of Seattle 2.4 Million Bobby Jones (206) 276-L7 62 Lower Coal Creek Flood Hazard Reduction 20L7 City of Bellevue 1 Million Debbie Harris (4251 452-4367 Blue Ridge Conduit lnstallation Phase 1 2Ot6 - ln progress Seattle City Light 5 Million Stan Ens. (206) 684-0841 Little Bear Creek Fish Barrier Removal 2Ot6 - ln progress WSDOT 5 Million Dave Lindbe rg V25l 864-1884 Parker Court 20L8 City of Sumner 400K Dave Lindbe re F25l 864-1884 39th Street Widening Project 20L6-20L7 City of Puyallup 2.8 Million Dave Lindbe re @25l, 864-1884 taot" t*Eetttto tI.lc 6622IL2th St. East Puyallup, WA 98375 Office : 253.7 7 O.3844 F ax: 253.770. 3845 g*r Project Name Year Owner Size/Description Contact Project Name Year Owner Size/Description Contact Project Name Year Owner Size/Description Contact Project Name Year Owner Size/ Description Contact taga lEo,rlltto tttrc 30rH Ave Sidewalks & Natural Drainage 2018-2019 Seattle Department of Transportation 1.9 Million Elsa Tibbits (2061 44s-8597 Green River Shoreline Soil Preparation 20L8 City of Kent 326K Paul Kuehne (253) 856-5543 Mackey Creek Restoration 2018 City of Redmond 591K Bassa m Al-Al i (425)556-27 L2 Downey Farmstead Restoration Phase 2B - Excavation 20L9 City of Kent 438K Nancy Yoshitake (253) 856-5508 6622 LL2th St. East Puyallup, WA 98375 Off ice : 253.7 7 O.3844 F ax: 253.7 7 O.3845 Jrpon Dukc EDUCATION Central Washinglon University; Bschelor of Science Consiruction Munagerne nt, March2002. EXPERIENCE OlEon Brothcn Excrvotlng, Inc. Morch 2015 - Pr€sent Constructlon Manngcr, Heary Clvll Pmjects forthe City of Renton, City of Puyallup, CH2M Hill and Poinr Rusron LLC; project vnlue ranging fiom $20k to $2M. Responsibitities include thc ovcrall managcmsnt of construction op€rutions including - but not limited to the mansgement of projects from identitication to oloseoutidevctop, maintoin and forccast project budgets; negotiate and write subcontraptst develop andmaintain CPM schedulesi dev€lop and revicw conslruction methods; maintain safety standuds;estimating and chonge order pricing; contruct adminisfotion; supervise project engineers und fi eld personnel, PELLCO Construcllon,Inc. October 2012 - Mrrch 20tS Profoct Managcr, Hcnvy Clvll Projecls for Seattle City Light and the University of Washington; project value ranging froms2m to $5m. Rcsponsibilities include mf,nag€mcnt of project from identification to closeout;dcvclop, maintain and forecott pruject budgetsl negoliols nnd write subconlractsi develop nnd mointoin CPM schedules; develop snd review construction melhods; maintain safety standurds;estlmeting and changu ordor pricing; aonlract administrationt supervisc project engineers and fieldpenonnel, Northwesl Conslrucllon, Bellevue, WA July 2010 - Octobor20l2 ProJect Mlnnger, Heavy Clvll Prcjecc for WSDOT, Sound Trnnsit and SCORE; projcct valuc ranging from $50m to$100m: subcontrtcts ranging $2m io $ I lm. Responsibilities include manag€ment of project from identificrtion to closeouti devclop, maintnin nnd forecast projcct budgets; negotiate and write subconlmcls; develop md maintain CPM schcdules; develop nnd $vicw constructionrnethods; mrintain safcty stendardsi estimnting and change ordcr pricingi conlmct administration;supcrvise project engineer and field pcnonncl. Volker Wusel*MidMountoln Contrnctorc, Kirkland, WA August 2005-Februnry 2010 ProJcct Mnnager, Heary Clvll Projecls for WSDOT, City of Seattle, City of Tacoma, and th€ City of Kenmore; contracts ranging from $2m to $33m. Responsibilities include management of projccl from identifrcation,lo closeout; devclop, maintain and forccrst projoct budgets; negotinting nnd writing subcontracls; develop flnd mflintdn CPM schedulesi dove lop nnd review construction methods; maintain ssfcty stnndrrds; estimnting nnd chnnge order pricing; contract administrationi supervise project engineer and field personnel. Klcwlt Pnclflc Company, Rcnton, WA Deccrnber 2003-August 2005 Englncer, Henvy Clvll Light Rsil projccts C700 and C8l0 for $ound Transit-cantract amount $ 100m, Responsibilities included generol onglneering tasks; dovelop ond mointdin budgotsl qunlity conirol; msinaainsofsty stondards; develop and review formwork design md shoring methods; schedulingi estimating; quantig lracking; document aontruli contract administration. Gary Merllno Constructlon Co., Inc., $crttler WA Aprll 2002.December2003 Englneer, Helvy Clvll Projects for thc City of Scattle, Klng County Mero. City of Redmond, Cily of Bellcvue, Portof Seattle ond vrrious private firms; contracts ranging from $500k to $ 15m. Responsibilities included cstimating; schcduling submittalq RFI's; cost tracking; billing; contraclnegoliutions; payroll; subconlract coordination und various contffict sdministrativc duties. Rlch Pentin ProJect Superlntendent 2002 - 2018 Olson Brothers Excavatlng, lnc. Clty of Renton Maplewoo d Cree k Stormwater Outfal I lm provem ents October 2015 - Present Responslbllities: Supervise the installation of approximately 11001F of storm pipe which outfalls to Maplewood Creek. lnstalling 10 Type I catch basins and 4 Type ll *48' catch baslns. lnstalllng 54-inch dlameter HDPE energy disslpator outfall strusture including placement of 20 tons of rlp rap and 150 square yards geotextlle fabrlc. Removal and re placement of asphalt concrete pavement, asphalt overlay, concrete curbs and gutters. Landscape and property restoration. Northwest Constructlon, ProJect $uperl ntendent Turner/ Sound Translt U240 Capltol Hlll Statlon February 2012 - December 2014 Responslbllltles: Supervlse open-cut retalned excsvation and Bradlng. lnstalletlon of underground utillties includlng concrete lncased ductbanks and power and communlcatlon vaults. Gary Merllno Constructlon, ProJect $uperlntendent Absher / Seattle Houslng Authorlty Hlghpolnt Redevelopment Prolect January 2003 - DecembEr 2004 ftesponsibllities: Supervlse excavation, site grading and utility installations including approxlmately 2 mlles of concrete incased ductbanks and 100ea powe r and communication vaults. Gary Merllno Constructlon, Utlllty Foreman Sound Translt Cgl0Tacoma $nk Llght Rall January e00t - Augurt ?002 Responsibilities: Supervise utility instellations lncluding concrete incased ductbanks and vaults for the light rall system. Professlonal Prolect Referencer Tommy Edwards, Seattle Clty Llght, U240 Capltal Hill Station, 206'386'1642 Dennis Smlth, Senlor Superintendent Absher Construction, Highpoint Redevelopment Project, 253.845€544 Andrew Douherty, Seattle Houslng Authorlty, Highpoint Redevelopment Project, 206-615-3524 Benny Reynolds, Now wlth NW Construction was the Superintendent for Merlino on the Sound Translt C910 ProJect, 206-793-7511 Olson Brothers Excavating, lnc.6622 112th St E.Puyallup, WA" gSgZBOBEUIment List as of 1/1/20WoodinvilleService HoursService HoursFORKS, BUCKETAttachmentsBucketFORKS, BUCKETFORKS, BUCKET1-36', 1-60", Clean up, Thumb,24',1-33",60",C|ean up,Thumb, Rubber Tr24".48"MUCK,TH UMB.BLADE.RU BBER TRACK24",42",64"MUCK36'HOEPAC,THUMB48",60"MUCK, THUMB24",36",42",48",60" MUCK, THUMB20",36',54"1 2",24",48" MUC K, BLAD E,TH U M B, RU BBER36",DIG,BLADE,THUMB60" CLEAN UP12" 36" 48"CLEAN UP52"1 6".48"MUCK.THUMB.BLADE, RUBBER TRACKBrushrakeDiscAttachmentsRUBBER TRACK24",48"MUCK,THFJX04916Serial#1311260E Location308Model#onelmSerial#620792RHN01000K5K03006FKYo0796cKEo1763PACo1310JWY00542939863932873910642Serial#c5c44937792173564001 069V3345209525PAC00958RMX00421CAT 95OHJD B5O CJD 45OHJD 55OHModelJD 624 LoaderJ D 544 LOADERCAT 930 KCat 315CKomatsu PC-128HitachiZXS5-5Hitachi ZX-245-5LCKobelco SK-21O-LC-BHitachi 2X225Cat 320C-LVCat 328Cat 305.5Cat 31 1CCAT 314cJD MINI 60303.5ModelEquip #307308309127130201205207Equip f113114117118119120122124125126Out onRentXXX12601225126012591260Out onRent1225122512401260125912601259OBE LocationP.R.S.YelmMeridianshopYelmFox YardFox yardWoodinvilleWoodinvillePallisYelmFox yardFox yardMeridianYelmMeridianPro Vac dumpshopYelmOBE Location Olson Brothers Excavating, lnc.6622 112th St. E.Puyallup, WA.98373Wacker 80Forks, BucketWoodinville1225RentModelSerial#Yelm1260410Cal420 FFDP19591FORKSOut onModelOBEE##Hours114006217697851 86FORKS,HOEPACExt. Hoe,FORKS,HOEPACHoepac, Forks, 4way, Ext. Hoe,24'BUCKETGENERATROR 3PH CAPABLEAIR COMPRESSORBROOMGENERATOR 1PH ONLYSKID STEER BLADE ATTACHMENT3 AXLEDUMP TRAILERCAR TRAILERCAR TRAILERAIR COMPRESSORWATER TRAILER 5OO GAL.SKI DSTEER,GRI N DER, FORKSGensetliqht towerliqht towerliqht towerGensetFDP 19562FDP23003FDPO2372OUT OF SERVICE86767s1K05266EM01341934333M062481M06725660005895HY002518104115al41 1909AL41 1999AL41 1 1 000G150012330163Cat420 DCat420 DCal420 DMQ-45 Gen SetMQ-40 Gen SetlRl85 CompBroce Rc-300 SweeperMQ-10 Gen SetCat 257-8 Skidlnterstate Tilt DeckLOADTRAILTRAIL KINGTRAILKINGSULLAIRWYLIECAT 272D SKIDFelco ConveyorRooster RipperHard Pan BucketMultiquip GensetTerex light towerTerexTerexa liqht towerMultiquip GensetSakai SV-510D OPENSakaiSV-510T CAB40640740960160260360460560660760860961061161261361461561661761870070512401259ro Vac dumpsiteXXXXXXXXX1225122512251225Ortinq1260PallisShopMeridianECONO VACFOX YARDFOX YARDShopTRK YardFOX YARDFOX YARDSTEVE OFox YardFOX YARDshopFOX YARDFOX YARDFOX YARDWOODINVILLEWOODINVILLEWOODINVILLEWOODINVILLEPro VacYelmPape Olson Brothers Excavating, lnc.6622 112th St. E.Puyallup, WA. 98379Trailer TvpeLowboy AspenLube / Fuel TruckWater Truck on road3 AXLE PUP 1633523 AXLE PUP 1730543 AXLE PUP 163346Side DumpOSW SIDE DUMPPupPupPupWATER TRUCKSTEVE HOLTGusJaredTONY PSerial Number8282134AN264841 730561730541 730551 D5584491 N001398429459429460429461505039514030HK74658863349C / 9663863056C t 7643A07600x t 7950A362582 I 2583844567E I 5234M9312T I 2510A362572 I 12452X400228Year20181 999200420172017201720012015201520152005200020032000200020051 999200820031 998CHEVY C-7500FREIGHT FLSOFord F-450Ford F-450Ford F-550Ford F-450Ford F-550Ford F-150lsuzu HelicopterC8224 Double DrumModelKW TSOOWKW W-3OOSTERLING WATER TRIK.W. T880K.W. TSBOK.W. TBSOtHc 9200T800TBOOTBOOGMC 5YARDDUMPTruck Number50993315742434422301332353740252627344970612251255XXX1260LishopFox YardHM-400-2MH-400 HaulTruck1260806YelmTRK YRDSHOPYelmTRK YRDTRK YRDTRK YRDTRK YARDTRK YARDTRK YARDTRK YARDTRK YARDTRK YARDWoodinvilleSumnershopTruck YardFoxAspha BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(d)) 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 (June 9, 2O2O), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Olson Brothers Excavati lnc. Bidder's Busine ame Signature of Authorized Official* Steve Olson Printed Name Vice President Title 6t9t20 WAPuyallup Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 19 May 2L,2O2O 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 (June 9, 2O2O), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Olson Brothers Excavating, Inc. Bidder's Busin ame Signature of Authorized Officialx Steve Olson Printed Name Vice President Title 6t9t20 WAPuyallup Date City State x If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 20 May 2t,2O2O 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 ofthe Notice to Proceed, and agrees to complete the Contract within thirty (3O)working days after issuance of the City's Notice to proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5olo 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 , -t -t 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: 619120 Olson Brothers Excavating, lnc NAME OF BIDDE Signature of Authorized Representative Steve Olson, Vice President (Print Name and Title) 6622112th St. E. Address Puyallup, WA. 98373 Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007, 1 21 May 2I,2O2O t BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we,Olson Brothers Excavating, lnc.as Principal, un6 Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent (5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Downey Farmstead Restoration Phase 3 - Excavation and Habitat Structure lnstallation/Project Number: 1 8-3007.1 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS gth DAY OF June 2020 Olson PRINCIPAL Steve Olson, Vice President Casua and Surety tY SURETY HolliAlbers,ORD ?1 Jt Received return of deposit in the sum of $ ,lllllll Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 22 May 21,2020 TRAYEtER6T Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWEROF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualg and Surety Company, and St. Paul Fire and Marine lnsurance Company are corporations duly organized under the laws of the State of Connectio.rt (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Holli Albers of TACOMAWashington , their true and laMul Attomey-in-Fac1 to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of pensons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. lN VYITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut By: City of Hartford ss.L. Raney,Vice President On this the 3rd day of February, 2017 , before me personally appeared Robert L. Raney, who acknowledged himseff to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Sureg Company, and St. Paul Fire and Marine lnsurance Company, and that he, as such, being authorized so to do, executed the loregoing instrument for the purposes therein contiained by signing on behalf of the corporations by himself as a duly authorized officer. ln Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 nlarib C. Tetreault, Notary euOtic This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine lnsurance Company, which resolutions are now in full force and effec't, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any As$istant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in witing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company wtren (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corpor:ate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretrary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Aftomeys-in-Fact and Agents puFuant to the power prescribed in his or her certific€te or their certific€tes of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, lhat the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Facf for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. l, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine lnsurance Company, do hereby certify Attomey executed by said Companies, which remains in full force and effect. that the above and foregoing is a true and conecl copy of the Power of Dated this gth day of June 2020 SJRE To verify the authenticity of this Power h,Qq^ir, C $ftol.r-t* { Kevin E. Hughes, us at 7-800-427-3880. @ ly o?t fii$|Esrt ffitTf Pledse refer to the above-namedAttorney-in-Factand the HARTFORD CCNN. hond to which the power is altached, CITY OF KENT COMBINED DECLARI\TION FORM : NON-COLLUSION, MTNTMUM 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: That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted, 2 That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief, Downey Farmstead Restoration Phase 3 Excavation and Habitat Structure Installation Project Number: 18-3OO7.1 1 NAME OF PROJECT Olson Brothers Excavating, lnc NA E OF BIDD RM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007,1 23 May 2l,2O2O This chanqe order form is for example pufooses onlv. By submittinq a bid, the bidder agrees to be bound bv the terms of this change qrder form fo,r anv chanqe orders. CHANGE ORDER NO. [Enter # Lt 2, 3, etc.] NAME OF CONTMCTOR: llnsert Companv Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:llnsert Name of O.riginal Contract & Projeqt #. if applicablel ORIGINAL CONTRACT DATE: llnsert Date Qriginal 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 1 of the Contract is hereby modified to 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 : IInsert 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 datel 2. The contract amount and time for performance provisions of Section 1 of the Contract are also modified as follows: Original Contract Sum, (including applicable alternates and wssT) $ Net Change by Previous Change Orders ( incl. applicable WSST) $ Current Contract Amou nt (incl. Previous Change Orders) $ Current Change Order $ Applicable WSST Tax on this Change Order $ Revised Contract Sum $ Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 24 May 2L,2O2O Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (*) for this Change Order working days Revised Time for Completion (insert date) In accordance with Sections L-O4.4 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: By:- psr.*ra) Print Name: (tiue) DATE: CITY OF KENT: R.,' (s'tSnaruA Print Name: Timothv J. LaPorte. P.E. Its Public Works Director (title) DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 25 May 2L,2020 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 Order of Contents........... Invitation to Bid Contractor Compliance Statement...... Date Have/have not participated acknowledgment........... Signature and address Declaration - City of Kent Equal Employment Opportunity Policy Date and signature ....... Administrative Policy Proposal First line of proposal - filled in .......... Unit prices are correct Subcontractor List (contracts over $lOOK) Subcontractors listed properly Signature ..........., Subcontractor List (contracts over $1 million).......... Subcontractors listed properly Date and signature ...... Contractor's Qualification Statement Complete and notarized Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page All Addenda acknowledged Date, signature and address.....,.. .....tr Bid Bond Form Signature, sealed and dated Power of Attorney....,..... (Amount of bid bond shall equal 5o/o at the total bid amount) Combined Declaration Form Signature ........... Change Order Form (Example)............. 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 tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr ..tr Downey Farmstead Restoration Phase 3/Dahl Project Number: 18-3007.1 26 May 2L,2020 KENT PUELIC WORKS DEPARTIIENT Timothy J. LaPorte, p.E. Public Works Dlrector 400 West Gowe Kent, WA 98032 Fax: 253-856-6500 PHONE: 253-856-5500 WAgHtilsY6N FROM: TO; CITY OF KENT KING COUNTY, WASHXNGTON Downey Farmstead Restoration phase 3 Excavation and Habitat Structure Installation Project Numberi l8-3OOZ,l ADDENDUM No. I Iune 3, 2O2O The Office of the City Engine€r, Kent Washington All Plan Holders of the Project Specifications and plans This addendum torms a part of the Contract documents and modlfies the project froposal and Specifications and Contract Drawings in accordance with thefollowing: AtL CHANGES ARE REFLECTED IN RED I, - BIDDER'S DgCUtr{ENT$ A line for sales tax has been added to Schedules I, V, VII and VIII and is included in the attached replacement pages 6 - 9 of the Bidder's Document. Bidders fnust use the replacement pages. rr - KENT SpECTAL.PEpVXqTOHS Page 8-T - Section 8-01.5(2) - Payment REVISE the second paragraph to the Seeding, Fertilizing, and Mulching payment description as follows: Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is consldered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. Topsoil Type B will be used to a depth of 3 inches over areas that are seeded. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbihg and non-planter areas is incidental to the unit price. I rlr -,ApPEJIDJCE9. Appendix 3 - King County Permits REPLACE the Clearing and Grading Permit with the attached. Appendix 4 - Traffic Control Plans REPLACE with the attached. ADD Appendix 7 - Geotechnical Repoft END OF ADDENDUM No. 1 Ct Chad Bieren, P.E. Deputy Director/City Engineer Attachmentsr ProposalPages:6-9 Clearing and Grading Permlt Traffic Control Plan Appendlx 7: Geotechnical Report Date 2 KENT KNOW ALL MEN BY THESE PRESENTS: PAYME]UT AND PERFOR]I'IANCE BOND TO GITY OF KENT Bond No.107269552 That we, the undersigned,ol Brothers Excavatino. lnc. as Principal. and T Casua and Com of America a corporation organized and existing under the laws of the state of !u[m{xdftxxt asa surety corporation. and qualified under the laws of the state of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, arejointly and severally $ 803.731.50 held and firmly bound to the clTY oF KENT in the penal sum of together with any adj ustments, 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. "*Eight Hundred Three Thousand, Seven Hundred Thirty-one and 50/100 Dollars This obligation is entered into in pursuance of the statutes of the State of washington, and the codes and ordinances of the ctry oF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, .ynqef and pursuant to a motion, duly made, seconded and passed !y the- City Council of the City of Kent. King County, Washington, the Mayor oi tfre City of Kent has let or is about to let to the above bounden plincipal, a cErtain contract, the said contract providing for construction of Downey Farmstead Rostoration Phase 3 - Excavation and Habitat Structure tnstallation^/project Number: 18-3OO7.1 (which contract is referred to herein and is made a part, hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time hereii 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 CtW 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. lN 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 underiigned - representatives pursuant to authority of its governing body. DownBy Farmstsad Restoration Ptase 3/Dahl Project Number: l8-3OO7, I 27 June 4. 2020 DATE 7 /2e/20 of the said Corporation; that I Bond was duly signed. sealed, authority of its governing body Olson Brothers no. lnc. PRINCIPAL lenter principal's name above) BY: TITLE:Steve Olson, Vice President DATE:7/2e/20 CORPORATE SEAL SURETY BY: DATE:Julv 28. know his signature thereto is genuine, and that said and attested for and in behalf of said Corporation by Kasey Samons Brvr--e .Sl-rr PRINT NAME DATE:7 /2e/20 CORPORATE SEAL: tl TITLE:Holli . Attornev-in-Fact ADDRESS: 1501 Fourth Ave.Suite 1000 Seattle. WA 98101 I hereby certify CERTIFICATE AS TO CORPORATE SEAL that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Sterze Who signed the said bond on behalf of the Principal Ol-son Brothers D<cavatinq, fnc. -a4-O no$sso o-n IVUL ll tlornay Farmstead Restoration Phase 3/Daht ProJect Number: 1 8-3OOt. 1 ARY OR ASSISTANT SECRETARY 28 June 4, 2O2O TRAVELERf Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWEROFATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine lnsurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Holli Albers of TAGOMAWashington , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, re@gnizances, conditional undertakings and olher writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing lhe performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. lN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut City of Hartford ss.L. Raney,Vice President On this the 3rd day of February, 2017 , before me personally appeared Robert L. Raney, who acknowledged himsetf to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine lnsurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contiained by signing on behalf of the corporations by himself as a duly authorized officer. ln Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 3{lth day of June, 2021 n{arie C. Tetreault, Notary Public This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine lnsurance Company, which resolutions are nbw in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Mce President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnig, and other writings obligatory in the nature of a bond, recognizance, or condilional undertiaking, and any of said officers or the Board of Directors at any time may remove any suih appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Mce Chairman, any Executive ViCe President, any Senior Mce President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under sbd, ff required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certifcates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice Presidenl, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Aitomey or certificate bearinil such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certilied by such facsimiG signature and facsimile seal shall be valid and binding on the Gompany in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.hereby certify that above and foregoing is a true and conect copy of the Power of Aftomey executed and effect. By: @ h(oru-r, g tffm.$ Paul Fire and Marine lnsurance Company, do by said Companies, which remains in full force Dated this 28th day of July 2020 a) (-)HARTFORD CONN Oi /* {/4./* / Kevin E. Hughes, AssiEtant Secrelary To verify the authenticity of this Power of caII us at 7-8O0-427-3880, uslt14 ffi*f Please refer to the above-named Attorney-in-Fact and the of the bond to which the power t7 attached, 1 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"),and Olson Brothers E<cavatinq, fnc. organized under the laws of the State of , located and doin g business at 6622 112th St. E., Puyallup, WA. 98373 ("Contractor"). WITN ESS: 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: The Contractor shall do all work and furnish all tools, materials, and equipment for: Downey Farmstead Restoration Phase 3 - Excavation and Habitat Structure Installation/Project Number: 18-3O07.L 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 2020 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 2020 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 afterthe City issues its Notice to Proceed and work shall be physically completed within thirty (3O) working days. The term of this Contract shall continue until all work has been completed, Final Acceptance has occurred, and all Contractor obligations have been fulfilled. 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, The total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $803,731.50. 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, 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. Downey Farmstead Restoration phase 3/Dahl Project Number: 18-3007.1 2 3 29 June 9, 2020 4 5 It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, iIuries, 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 iqiuries 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 competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily i{ury 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. 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, 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, 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. 6 7 8 Downey Farmstead Restoration Phase 3/Dahl Project Number: .l 8-3007.1 30 June 4, 2O2O CITY OF KENT BY DANA RALPH, MAYOR DATE ATTEST KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM KENT LAW DEPARTMENT CONTRACTOR Olson Brothers H<cavating, Inc. BY: PRINT NAME: Steve Olson TITLE DATE Vice President 7 /2e/20 Downey Farmstead Restoration Phase 3/Dahl Project Number: 1 B-30O7. 1 31 June 4,2O2O 08/06/2020 EXH I BIT A r NSURANGE REQU I REMENTS FOR CONSTRUGTION PROJECTS I nsurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for ifluries 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 lnsurance Contractor shall obtain insurance of the types described below 1. Gommercial General Liability insurance shall be written on ISO occurrence form CG OO 01 or its equivalent, with minimum limits of $3,OOO,OOO 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 Gity shall be named as an Additional lnsured under the Gontactor's Gommercial General Liability insurance policy with respect to the work performed for the Gity. All endorsements adding Additional Insureds shall be issued on form CG 2() 1O 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 lnsurance Services Office (lSO) form CA OO 01 or a substitute form providing equivalent liability coverage. lf necessary, the policy shall be endorsed to provide contractual liability coverage, 3. Workers'Gompensation coverage as required by the lndustrial lnsurance laws of the State of Washington. B. Minimum Amounts of lnsurance Contractor shall maintain the following insurance limits: 1. Gommercial General Liability insurance shall be written with minimum limits of $3,OOO,OOO 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,OOO,OOO per occurrence and in the aggregate, Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work, Downey Farmstead Restoration Phase 3/Dahl Project Number: 1 8-3007.1 32 )une 4,2O2O EXHIBIT A (Gontinued) 2. Automobile Liability insurance with a minimum combined single limit for bodily it1jury and property damage of $1,OOO,OOO per accident. C. Other lnsurance 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 (3O) 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 lnsurance. 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. Gontractor's I nsurance 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 lnsurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Downey Farmstead Restoration Phase 3/Dahl Project Number: 1 8-3007.1 33 June 4, 2O2O EXHIBIT A (Gontinued) F. Acceptability of lnsurers lnsurance is to be placed with insurers with a current A.M. Best rating of not less than A:Vl l. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Downey Farmstead Restoration Phase 3/Dahl Project Number: 1 8-3007.1 34 June 4, 2O2O INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Bitco National Insuance Company Tokio Marine Specialty Insurance Compan 7/27/2020 Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 Casey Jackson 253 310-4142 866 577-1326 casey.jackson@propelinsurance.com Olson Brothers Excavating Inc. 6622 112th Street East Puyallup, WA 98373 20109 23850 A X X X PD Ded: $2,000 X CLP3688582 11/30/2019 11/30/2020 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 A X X Drive Oth Car X X CAP3688585 11/30/2019 11/30/2020 1,000,000 A X X X $10,000 CUP2817459 11/30/2019 11/30/2020 2,000,000 2,000,000 A N CLP3688582 WA Stop Gap 11/30/2019 11/30/2020 1,000,000 1,000,000 1,000,000 B Excess Liability PUB702721 11/30/2019 11/30/2020 $3,000,000 Occurrence $3,000,000 Aggregate $0 Retention RE: Downey Farmstead Restoration Phase 3-Excavation and Habitat Structure Installation - Project #18-3007.1 Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached form(s). City of Kent Public Works Department 400 West Gowe Kent, WA 98032 1 of 1 #S4219044/M3919447 OLSOBROSClient#: 12996 CJ00 1 of 1 #S4219044/M3919447 This page has been left blank intentionally. GOX-2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS NAMED INSURED POLICY NUMBER OLSON BROTHERS EXCAVATING, INC. CLP 3 688 582 GU-3076 (04/16)PRIVACY STATEMENT GU-4320 (05/04)ADVISORY NOTICE TO POLICYHOLDERS GU-4871 (04/16)POLICYHOLDER DISCLOSURE - NOTICE OF TERRORISM INSURANCE COVERAGE GU-5066 (08/16)POLICYHOLDER NOTICE GU-2368 (12/18)AUDIT INFORMATION GU-5032 (11/15)ADVISORY NOTICE TO POLICYHOLDERS GU 2510 (06/96)QUICK REFERENCE - COMMERCIAL GENERAL LIABILITY COVERAGE PART GU-2990 (05/00)FLOOD INSURANCE NOTICE GOX 2278 (12/92)SCHEDULE OF NAMED INSUREDS GOX 2281 (12/92)SCHEDULE OF PREMISES LOCATIONS GOX 2279 (12/92)SCHEDULE OF FORMS AND ENDORSEMENTS CLP-2584 (04/16)COMMERCIAL LINES POLICY DECLARATIONS IL 01 23 (11/13)WASHINGTON CHANGES - DEFENSE COSTS IL 01 46 (08/10)WASHINGTON COMMON POLICY CONDITIONS IL 01 57 (07/02)WASHINGTON CHANGES - ACTUAL CASH VALUE IL 01 98 (09/08)NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT IL 09 35 (07/02)EXCLUSION OF CERTAIN COMPUTER RELATED LOSSES IL 09 53 (01/15)EXCLUSION OF CERTIFIED ACTS OF TERRORISM IL 09 83 (01/08)WASHINGTON - AMENDMENT OF TERRORISM EXCLUSIONS GL-2438-PKG (04/16)COMMERCIAL GENERAL LIABILITY DECLARATIONS GOX-2446 (07/95)COMMERCIAL GENERAL LIABILITY SCHEDULE GOX-2446 (07/95)COMMERCIAL GENERAL LIABILITY SCHEDULE GOX-2446 (07/95)COMMERCIAL GENERAL LIABILITY SCHEDULE CG 00 01 (04/13)COMMERCIAL GENERAL LIABILITY COVERAGE FORM GL 687c (01/86)EXCLUSION (DISMANTLING, DEMOLITION, WRECKING OR SALVAGE OPERATIONS) GL-2784 (09/11)EXTENDED LIABILITY COVERAGE GL-3088 (09/11)LAND IMPROVEMENT CONTRACTORS EXTENDED LIABILITY COVERAGE L 1751b (09/14)EXCLUSION (ASBESTOS) L2399B (10/01)LIMITED POLLUTION COVERAGE - "WORK SITES" L 2474a (02/99)EXCLUSION - LEAD CG 03 00 (01/96)DEDUCTIBLE LIABILITY INSURANCE CG 04 35 (12/07)EMPLOYEE BENEFITS LIABILITY COVERAGE CG 04 42 (11/03)STOP GAP - EMPLOYERS LIABILITY COVERAGE ENDORSEMENT - WASHINGTON CG 20 12 (04/13)ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS CG 01 97 (12/07)WASHINGTON CHANGES - EMPLOYMENT-RELATED PRACTICES EXCLUSION CG 04 50 (05/08)WASHINGTON CHANGES - WHO IS AN INSURED CG 20 01 (04/13)PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION CG 21 06 (05/14)EXCLUSION - ACCESS OR DISCLOSURE OF CONFIDENTIAL OR PERSONAL INFORMATION AND DATA-RELATED LIABILITY - WITH LIMITED BODILY INJURY EXCEPTION CG 21 09 (06/15)EXCLUSION - UNMANNED AIRCRAFT CG 21 41 (11/85)EXCLUSION - INTERCOMPANY PRODUCTS SUITS CG 21 49 (09/99)TOTAL POLLUTION EXCLUSION ENDORSEMENT CG 21 73 (01/15)EXCLUSION OF CERTIFIED ACTS OF TERRORISM CG 21 86 (12/04)EXCLUSION - EXTERIOR INSULATION AND FINISH SYSTEMS CG 22 34 (04/13)EXCLUSION - CONSTRUCTION MANAGEMENT ERRORS AND OMISSIONS CG 22 79 (04/13)EXCLUSION - CONTRACTORS - PROFESSIONAL LIABILITY CG 26 77 (12/04)WASHINGTON - FUNGI OR BACTERIA EXCLUSION GL-4105 (06/02)LIMITATION OF COVERAGE FOR INSUREDS WHO ARE INDIVIDUALS, TRUSTS OR ESTATES GL-4302 (09/14)SILICA EXCLUSION GOX-2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS NAMED INSURED POLICY NUMBER OLSON BROTHERS EXCAVATING, INC. CLP 3 688 582 GL-4473 (08/06)BLANKET EXCLUSION - DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED INSURANCE PROGRAM GL-4666 (01/11)EXCLUSION - ENGINEERS, ARCHITECTS OR SURVEYORS PROFESSIONAL LIABILITY GL-4697 (02/12)WASHINGTON CHANGES GL-5057 (10/16)ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS GL-5058 (10/16)ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - ONGOING OPERATIONS GOX-2545A (04/11)COMMERCIAL PROPERTY SCHEDULE CP 00 10 (10/12)BUILDING AND PERSONAL PROPERTY COVERAGE FORM CP 00 90 (07/88)COMMERCIAL PROPERTY CONDITIONS CP 10 30 (09/17)CAUSES OF LOSS - SPECIAL FORM CP 01 40 (07/06)EXCLUSION OF LOSS DUE TO VIRUS OR BACTERIA CP-2230 (05/17)EXTENDED PROPERTY COVERAGE CP 01 26 (10/12)WASHINGTON CHANGES CP 01 60 (12/98)WASHINGTON CHANGES - DOMESTIC ABUSE CP 01 79 (10/12)WASHINGTON CHANGES - EXCLUDED CAUSES OF LOSS CP-4753 (01/13)NEWLY ACQUIRED PROPERTY AT DESCRIBED PREMISES GOX-2279 (12/92) SCHEDULE OF FORMS AND ENDORSEMENTS NAMED INSURED POLICY NUMBER OLSON BROTHERS EXCAVATING, INC. CAP 3 688 585 GU-4497 (09/16)FLEET RISK MANAGEMENT INFORMATION GU-3076 (04/16)PRIVACY STATEMENT GU-4320 (05/04)ADVISORY NOTICE TO POLICYHOLDERS AF-9901 (09/05)STATED AMOUNT PHYSICAL DAMAGE COVERAGE GOX 2278 (12/92)SCHEDULE OF NAMED INSUREDS GOX 2279 (12/92)SCHEDULE OF FORMS AND ENDORSEMENTS AP-0003-1 (04/16)BUSINESS AUTO COVERAGE FORM DECLARATIONS AP-0003-2 (04/16)BUSINESS AUTO COVERAGE FORM DECLARATIONS PART 2 AP-0003-3 (04/16)BUSINESS AUTO COVERAGE FORM DECLARATIONS PART 3 AP-0003-4 (04/16)BUSINESS AUTO COVERAGE FORM DECLARATIONS PART 4 AP-0004 (10/13)BUSINESS AUTO COVERAGE FORM DECLARATIONS SUPPLEMENT HIRED OR BORROWED MOBILE EQUIPMENT OR FARM EQUIPMENT AA-2709A (10/01)AUTO SCHEDULE AA-2709A (10/01)AUTO SCHEDULE AA-2709A (10/01)AUTO SCHEDULE AA-2709A (10/01)AUTO SCHEDULE AA-2709A (10/01)AUTO SCHEDULE AA-2709A (10/01)AUTO SCHEDULE AA-2709A (10/01)AUTO SCHEDULE IL 01 23 (11/13)WASHINGTON CHANGES - DEFENSE COSTS IL 01 46 (08/10)WASHINGTON COMMON POLICY CONDITIONS IL 01 98 (09/08)NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT CA 00 01 (10/13)BUSINESS AUTO COVERAGE FORM CA 99 03 (10/13)AUTO MEDICAL PAYMENTS COVERAGE A-2931 (11/99)ADDITIONAL INSURED - SPECIFIC ENTITIES CA 04 44 (10/13)WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) CA 03 02 (10/13)DEDUCTIBLE LIABILITY COVERAGE CA 21 34 (10/13)WASHINGTON UNDERINSURED MOTORISTS COVERAGE CA 99 10 (10/13)DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR NAMED INDIVIDUALS CA 99 10 (10/13)DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR NAMED INDIVIDUALS CA 99 28 (10/13)STATED AMOUNT INSURANCE AP-0401 (10/17)BROADENED COVERAGE - AUTOMOBILES CA 01 35 (10/13)WASHINGTON CHANGES CA 23 45 (11/16)PUBLIC OR LIVERY PASSENGER CONVEYANCE AND ON-DEMAND DELIVERY SERVICES EXCLUSION CA 23 92 (10/13)WASHINGTON EXCLUSION OF TERRORISM CA 23 94 (10/13)SILICA OR SILICA-RELATED DUST EXCLUSION FOR COVERED AUTOS EXPOSURE A 200c (01/82)CERTIFICATE OF AUTOMOBILE INSURANCE AND LOSS PAYABLE CLAUSE ENDORSEMENT A 200c (01/82)CERTIFICATE OF AUTOMOBILE INSURANCE AND LOSS PAYABLE CLAUSE ENDORSEMENT A 200c (01/82)CERTIFICATE OF AUTOMOBILE INSURANCE AND LOSS PAYABLE CLAUSE ENDORSEMENT A 200c (01/82)CERTIFICATE OF AUTOMOBILE INSURANCE AND LOSS PAYABLE CLAUSE ENDORSEMENT CA 20 01 (10/13)LESSOR - ADDITIONAL INSURED AND LOSS PAYEE CA 99 89 (05/01)WASHINGTON LOSS PAYABLE FORM REG-335 CA 99 89 (05/01)WASHINGTON LOSS PAYABLE FORM REG-335 CA 99 89 (05/01)WASHINGTON LOSS PAYABLE FORM REG-335 OLSON BROTHERS EXCAVATING, INC.CUP 2 817 459 GU-3076 (04-16) NOTICE PRIVACY STATEMENT GU-4320 (05-04) ADVISORY NOTICE TO POLICYHOLDERS - U.S. TREASURY DEPTS OFFICE OF FOREIGN ASSETS CONTROL ("OFAC") GU-4871 (04-16) POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE CUP 00 01D (04-16) COMMERCIAL UMBRELLA POLICY DECLARATIONS CUP 00 07 (03-97) COMMERCIAL UMBRELLA POLICY - SCHEDULE GOX2278 (12-92) SCHEDULE OF NAMED INSUREDS GOX2279 (12-92) SCHEDULE OF FORMS AND ENDORSEMENTS CUP 00 05 (01-10) COMMERCIAL UMBRELLA LIABILITY POLICY COVERAGE FORM CUP 00 13 (02-99) EXCLUSION - CONSTRUCTION MANAGEMENT ERRORS AND OMISSIONS CUP 00 23 (03-97) EXCLUSION - INTERCOMPANY PRODUCTS SUITS CUP 00 40 (03-97) EMPLOYEE BENEFITS LIABILITY EXCESS COVERAGE CUP 00 51 (03-97) EMPLOYERS' LIABILITY LIMITATION ENDORSEMENT CUP 00 64 (01-11) EXCLUSION - ENGINEERS, ARCHITECTS OR SURVEYORS PROFESSIONAL LIABILITY CUP 00 69 (02-99) CONTRACTORS' LIMITATION ENDORSEMENT CUP 00 91 WA (05-05) EXCLUSION - FUNGUS OR BACTERIA CUP 00 93 (06-02) LIMITATION OF COVERAGE FOR INSUREDS WHO ARE INDIVIDUALS, TRUSTS OR ESTATES CUP 00 96 (01-15) EXCLUSION OF CERTIFIED ACTS OF TERRORISM CUP 00 98 (02-04) SILICA EXCLUSION CUP 01 45 (01-05) WASHINGTON CHANGES CUP 01 72 (07-01) POLLUTION EXCLUSION - FOLLOW FORM CUP 03 07 (06-04) EXCLUSION - DISMANTLING, DEMOLITION, WRECKING OR SALVAGE OPERATIONS CUP 03 11 WA (01-06) EXCLUSION OF TERRORISM CUP 03 12 (01-07) BLANKET EXCLUSION - DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED INSURANCE PROGRAM CUP 03 13 (01-07) BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US CUP 03 16 (01-11) CHANGES - OTHER INSURANCE - ADDITIONAL INSUREDS CUP 03 20 (12-13) EXCLUSION - EXTERIOR INSULATION AND FINISH SYSTEMS CUP 24 73 (10-00) EXCLUSION - LEAD GL-2784 (09/11) -1- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXTENDED LIABILITY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an X in the box next to the caption of such provision. A. Broad Form Named Insured F. Chartered Aircraft B. Bodily Injury Extension G. Coverage Territory Broadened C. Employee As Insureds - Health Care Services H. Medical Payments - Increased Limits D. Non-Owned Watercraft Liability I. Expanded Expected or Intended Exception E. Liberalization J. Property Perils Legal Liability K. Broadened Supplementary Payments A. BROAD FORM NAMED INSURED SECTION II - WHO IS AN INSURED , Paragraph 3 is deleted and replaced by the following: 3.Any organization you newly acquire or form, except for a partnership, joint venture or limited liability company, and over which you maintain majority ownership or interest (51%or more) or for which you have assumed theactive management, will qualify as aNamed Insured if there is no other similar insurance available to that organization. However: a.Coverage under this provision is afforded only until theend of thepolicy period or the12- month anniversary of the policy inception date, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. B. BODILY INJURY EXTENSION SECTION V - DEFINITIONS , Paragraph 3, is deleted and replaced by the following: 3."Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting fromany of these, at any time. Mental anguish means any type of mental or emotional illness or disease. C. EMPLOYEES AS INSUREDS - HEALTH CARE SERVICES SECTION II - WHO IS AN INSURED , Item 2.a.(1)(d)is deleted. X X X X X X X X X X X GL-2784 (09/11) -2- D. NON-OWNED WATERCRAFT LIABILITY SECTION I - COVERAGES, COVERAGE A, 2. EXCLUSIONS , Item g.(2)is replaced with: (2)A watercraft you do not own that is: (a)Less than 51 feet long; and (b)Not being used to carry persons or property for a charge. E. LIBERALIZATION SECTION IV - CONDITIONS , is amended to include: 10.Liberalization If we adopt a change in our forms or rules which would broaden the coverage of this policy without an additional premium charge, the broader coverage will apply. This extension is effective upon the approval of such broader coverage in your state of domicile. F. CHARTERED AIRCRAFT SECTION I - COVERAGES , Coverage A , Exclusions , Item 2.g.(6)is added: (6)An aircraft in which you have no ownership interest and that you have chartered with crew. G. COVERAGE TERRITORY BROADENED SECTION V - DEFINITIONS , Item 4.a.is replaced with: a.The United States of America (including its territories and possessions), Canada, Bermuda, the Bahamas, the Cayman Islands, British Virgin Islands and Puerto Rico. H. MEDICAL PAYMENTS - INCREASED LIMITS Unless COVERAGE C. - MEDICAL PAYMENTS is excluded from this policy: SECTION I - COVERAGES , Coverage C , Insuring Agreement , Item c.is added: c.The medical expense limit provided by this policy shall be the greater of: (1)$10,000; or (2)The amount shown in the declarations. I. EXPANDED EXPECTED or INTENDED EXCEPTION SECTION I - COVERAGES , 2. Exclusions Item a. is amended as follows: a. Expected or Intended Injury - "bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. GL-2784 (09/11) -3- J. PROPERTY PERILS LEGAL LIABILITY A. SECTION I - COVERAGES, COVERAGE A,2. Exclusions , the last paragraph following exclusion q.is replaced with: Exclusion c.through n., do not apply to damage by fire, explosion, smoke, water damage, sprinkler leakage, or lightning to premises while rented to you or temporarily occupied by you with the permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE . B. SECTION III - LIMITS OF INSURANCE , Item 6.is replaced with: 6.Subject to 5.above, the Damage toPremises Rented toYou Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises while rented to you, or in the case of damages by fire, explosion, smoke, water damage, sprinkler leakage or lightning, while rentedtoyou or temporarily occupied by you with the permission of the owner, arising out of any one fire, explosion, smoke, water damage, sprinkler leakage or lightning incident. TheDamage toPremises Rented toYou Limit provided bythis policy shall bethegreater of: 1.$300,000 or 2.The amount shown in the declarations. C. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS , Item 4.b.(1)(a)(ii)is replaced with: (ii)That is fire, explosion, smoke, water damage, sprinkler leakage or lightning insurance for premises while rented to you or temporarily occupied by you with the permission of the owner. D. SECTION V - DEFINITIONS , Item 9.a.is replaced with: a.A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, explosion, smoke, water damage, sprinkler leakage or lightning to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract." K. BROADENED SUPPLEMENTARY PAYMENTS SECTION I - COVERAGES, SUPPLEMENTARY PAYMENTS -Coverages A and B, Item 1.b. and 1.d.are replaced with: 1.b.The cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 1.d.All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit," including actual loss of earnings up to $500 a day because of time off from work. This page has been left blank intentionally. GL-3088 (09/11) -1- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LAND IMPROVEMENT CONTRACTORS EXTENDED LIABILITY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM It is agreed that the provisions listed below apply only upon the entry of an X in the box next to the caption of such provision. A. Partnership and Joint Venture Extension B. Contractors Automatic Additional Insured Coverage – Ongoing Operations C. Automatic Waiver of Subrogation D. Extended Notice of Cancellation, Nonrenewal E. Unintentional Failure to Disclose Hazards F. Broadened Mobile Equipment G. Personal and Advertising Injury - Contractual Coverage H. Nonemployment Discrimination I. Liquor Liability J. Broadened Conditions K. Automatic Additional Insureds – Equipment Leases L. Insured Contract Extension - Railroad Property and Construction Contracts M. Construction Project General Aggregate Limits N. Fellow Employee Coverage O. Property Damage to the Named Insured's Work P. Care, Custody or Control Q. Electronic Data Liability Coverage R. Consolidated Insurance Program Residual Liability Coverage S. Automatic Additional Insureds – Managers or Lessors of Premises T. Automatic Additional Insureds – State or Governmental Agency or Political Subdivisions – Permits or Authorizations U. Contractors Automatic Additional Insured Coverage – Completed Operations V. Additional Insured – Engineers, Architects or Surveyors A. PARTNERSHIP AND JOINT VENTURE EXTENSION The following provision is added to SECTION II - WHO IS AN INSURED : The last full paragraph which reads as follows: No person or organization is an insured with respect totheconduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations is deleted and replaced with the following: With respect to the conduct of any past or present joint venture or partnership not shown as aNamed Insured in theDeclarations andof which you areor were a partner or member, you are an insured, but only with respect to liability arising out of "your work" on behalf of any partnership or joint venture not shown as a Named Insured in the Declarations, provided no other similar liability insurance is available to you for "your work" in connection with your interest in such partnership or joint venture. X X X X X X X X X X X X X X X X X X X X X X GL-3088 (09/11) -2- B. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE – ONGOING OPERATIONS SECTION II – WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.Theacts or omissions of those acting onyour behalf; inthe performance of your ongoing operations for the additional insured(s) at the project(s) designated in the written contract. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) tobeperformed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which theinjuryor damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. Inthat event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. C. AUTOMATIC WAIVER OF SUBROGATION Item 8.of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS , is deleted and replaced with the following: 8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of Subrogation. a.If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, theinsured will bring "suit" or transfer those rights to us and help us enforce them. b.If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of "your work" for that person or organization. D. EXTENDED NOTICE OF CANCELLATION, NONRENEWAL Item A.2.b. of the COMMON POLICY CONDITIONS , is deleted and replaced with the following: A.2.b.60 days before the effective date of the cancellation if we cancel for any other reason. Item 9.of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS , is deleted and replaced with the following: 9. WHEN WE DO NOT RENEW GL-3088 (09/11) -3- a.If we choose tononrenew this policy, we will mail or deliver tothefirst Named Insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b.If we do not give notice of our intent tononrenew as prescribed in a.above, it is agreed that you may extend the period of this policy for amaximum additional sixty(60) days fromits scheduled expiration date. Where not otherwise prohibited by law, the existing terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one time sixty day extension is thesole remedy andliquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a.above. E. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. F. BROADENED MOBILE EQUIPMENT Item 12.b. of SECTION V - DEFINITIONS , is deleted and replaced with the following: 12.b.Vehicles maintained for use solely on or next to premises, sites or locations you own, rent or occupy. G. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL COVERAGE Exclusion 2.e. of SECTION I, COVERAGE B is deleted. H. NONEMPLOYMENT DISCRIMINATION Unless "personal and advertising injury" is excluded from this policy: Item 14. of SECTION V - DEFINITIONS , is amended to include: "Personal and advertising injury" also means embarrassment or humiliation, mental or emotional distress, physical illness, physical impairment, loss of earning capacity or monetary loss, which is caused by "discrimination." SECTION V - DEFINITIONS , is amended to include: "Discrimination" means the unlawful treatment of individuals based on race, color, ethnic origin, age, gender or religion. Item 2. Exclusions of SECTION I, COVERAGE B , is amended to include: "Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the past employment, employment or prospective employment of any person or class of persons by any insured; "Personal and advertising injury" arising out of "discrimination" by or at your, your agents or your "employees" direction or with your, your agents or your "employees" knowledge or consent; "Personal and advertising injury" arising out of "discrimination" directly or indirectly related tothe sale, rental, lease or sub-lease or prospective sale, rental, lease or sub-lease of any dwelling, permanent lodging or premises by or at the direction of any insured; or Fines, penalties, specific performance or injunctions levied or imposed by a governmental entity, or governmental code, law, or statute because of "discrimination." GL-3088 (09/11) -4- I. LIQUOR LIABILITY Exclusion 2.c. of SECTION I, COVERAGE A , is deleted. J. BROADENED CONDITIONS Items 2.a.and 2.b.of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS , are deleted and replaced with the following: 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit: a.You must see to it that we are notified of an "occurrence" or an offense which may result in a claim as soon as practicable after the "occurrence" has been reported to you, one of your officers or an "employee" designated to give notice to us. Notice should include: (1)How, when and where the "occurrence" or offense took place; (2)The names and addresses of any injured persons and witnesses; and (3)The nature and location of any injury or damage arising out of the "occurrence" or offense. b.If a claim is made or "suit" is brought against any insured, you must: (1)Record the specifics of the claim or "suit" and the date received as soon as you, one of your officers, or an "employee" designated to record such information is notified of it; and (2)Notify us in writing as soon as practicable after you, one of your officers, your legal department or an "employee" you designate to give us such notice learns of the claims or "suit." Item 2.e. is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS : 2.e.If you report an "occurrence" to your workers compensation insurer which develops into a liability claimfor which coverage is provided by the Coverage Form, failure to report such "occurrence" to us at the time of "occurrence" shall not be deemed in violation of paragraphs 2.a., 2.b.,and 2.c. However, you shall give written notice of this "occurrence"to us as soon as you aremade aware of the fact that this "occurrence" may be a liability claim rather than a workers compensation claim. K. AUTOMATIC ADDITIONAL INSUREDS - EQUIPMENT LEASES SECTION II - WHO IS AN INSURED is amended to include any person or organization with whom you agree in a written equipment lease or rental agreement to name as an additional insured with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, at least in part, by your maintenance, operation, or use by you of the equipment leased to you by such person or organization, subject to the following additional exclusions. The insurance provided to the additional insured does not apply to: 1."Bodily injury" or "property damage" occurring after you cease leasing the equipment. 2."Bodily injury" or "property damage" arising out of the sole negligence of the additional insured. 3."Property damage" to: a.Property owned, used or occupied by or rented to the additional insured; or b.Property in the care, custody or control of the additional insured or over which the additional insured is for any purpose exercising physical control. GL-3088 (09/11) -5- This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. Inthat event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. L. INSURED CONTRACT EXTENSION - RAILROAD PROPERTY AND CONSTRUCTION CONTRACTS Item 9. of SECTION V - DEFINITIONS , is deleted and replaced with the following. 9."Insured Contract" means: a.Acontract for alease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b.A sidetrack agreement; c.Any easement or license agreement; d.An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e.An elevator maintenance agreement; f.That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means aliability that would beimposed 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 togive them,if that is theprimary cause of the injury or damage; or (2)Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1)above and supervisory, inspection, architectural or engineering activities. M. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMITS This modifies SECTION III - LIMITS OF INSURANCE. A.For all sums which can be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C : GL-3088 (09/11) -6- 1.A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2.The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: a.Insureds; b.Claims made or "suits" brought; or c.Persons or organizations making claims or bringing "suits." 3.Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4.The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B.For all sums which cannot be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C : 1.Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce theamount available under the General Aggregate Limit or the Products- Completed Operations Aggregate Limit, whichever is applicable; and 2.Such payments shall not reduce any Construction Project General Aggregate Limit. C.Payments for damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D.If a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E.The provisions of SECTION III - LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to be applicable. N. FELLOW EMPLOYEE COVERAGE Exclusion 2.e. Employers Liability of SECTION I, COVERAGE A, is deleted and replaced with the following: 2.e."Bodily injury" to (1)An "employee" of the insured arising out of and in the course of: (a)Employment by the insured; or (b)Performing duties related to the conduct of the insured's business; or GL-3088 (09/11) -7- (2)The spouse, child, parent, brother or sister of that "employee" as a consequence of paragraph (1) above. This exclusion applies: (1)Whether the insured may be liable as an employer or in any other capacity; and (2)To any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to: (1)Liability assumed by the insured under an "insured contract"; or (2)Liability arising from any action or omission of a co-"employee" while that co-"employee" is either in thecourse of his or her employment or performing duties related totheconduct of your business. Item 2.a. (1)(a) of SECTION II - WHO IS AN INSURED , is deleted and replaced with the following: 2.a. (1)(a)To you, to your partners or members (if you are a partnership or joint venture) or to your members (if you are a limited liability company), or to your "volunteer workers" while performing duties related to the conduct of your business. O. PROPERTY DAMAGE TO THE NAMED INSURED'S WORK Exclusion l of SECTION I, COVERAGE A. is deleted and replaced with the following: l. Damage to Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products completed operation hazard." This exclusion applies only to that portion of any loss in excess of $50,000 per occurrence if the damaged work and the work out of which the damage arises was performed by you. This exclusion does not apply if thedamaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. P. CARE, CUSTODY OR CONTROL Exclusion 2.j.4 of SECTION I, COVERAGE A. is deleted and replaced with the following: 2.j.4 Personal property in the care, custody or control of the insured. However, for personal property in the care, custody or control of you or your "employees," this exclusion applies only tothat portion of any loss in excess of $25,000 per occurrence, subject to the following terms and conditions: (a)The most that we will pay under this provision as an annual aggregate is $100,000, regardless of the number of occurrences. (b)This provision does not apply to "employee" owned property or any property that is missing where there is not physical evidence to show what happened to the property. (c)The aggregate limit for this coverage provision is part of the General Aggregate Limit and SECTION III - LIMITS OF INSURANCE is changed accordingly. (d)In the event of damage to or destruction of property covered by this exception, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto, at actual cost to you, exclusive of prospective profit or overhead charges of any nature. GL-3088 (09/11) -8- (e)$2,500 shall be deducted from the total amount of all sums you became obligated to pay as damages on account of damage toor destruction of all property of each person or organization, including the loss of use of that property, as a result of each "occurrence." Our limit of liability under the endorsement as being applicable to each "occurrence" shall be reduced by the amount of the deductible indicated above; however, our aggregate limit of liability under this provision shall not be reduced by the amount of such deductible. The conditions of the policy, including those with respect to duties in the event of "occurrence," claims or "suit" apply irrespective of the application of the deductible amount. We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the action taken, you shall promptly reimburse us for such part of thedeductible amount as has been paid by us. Q. ELECTRONIC DATA LIABILITY COVERAGE 1. Exclusion 2.p. Electronic Data of SECTION I, COVERAGE A,is deleted and replaced with the following: 2.p.Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate “electronic data” that does not result fromphysical injury to tangible property. 2.The following definition is added to SECTION V – DEFINITIONS: “Electronic data” means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 3.For the purposes of this coverage, the definition of “property damage” in SECTION V – DEFINITIONS is replaced by the following: “Property damage” means: a.Physical injurytotangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b.Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; or c.Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For the purposes of this insurance, "electronic data" is not tangible property. R. CONSOLIDATED INSURANCE PROGRAM RESIDUAL LIABILITY COVERAGE With respect to “bodily injury”, “property damage”, or ‘personal and advertising injury” arising out of your ongoing operations; or operations included within the “products-completed operations hazard”, the policy to which this coverage is attached shall apply as excess insurance over coverage available to “you” under a Consolidated Insurance Program (such as an Owner Controlled Insurance Program or Contractors Controlled Insurance Program). Coverage afforded by this endorsement does not apply to any Consolidated Insurance Program involving a “residential project” or any deductible or insured retention, specified in the Consolidated Insurance Program. The following is added to Section V – Definitions GL-3088 (09/11) -9- “Residential project” means any project where 30%or more of the total square foot area of the structures on the project is used or is intended to be used for human residency. This includes but is not limited to single or multifamily housing, apartments, condominiums,townhouses, co-operatives or planned unit developments and appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). A “residential project” does not include military owned housing, college/university owned housing or dormitories, long term care facilities, hotels, motels, hospitals or prisons. All other terms, provisions, exclusions and limitations of this policy apply. S. AUTOMATIC ADDITIONAL INSUREDS - MANAGERS OR LESSORS OR PREMISES SECTION II – WHO IS AN INSURED is amended to include: Any person or organization with whomyou agreein awritten contract or written agreement toname as an additional insured but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises, designated in the written contract or written agreement, that is leased to you and subject to the following additional exclusions: This insurance does not apply to: 1.Any “occurrence" which takes place after you cease to be a tenant in that premises. 2.Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured listed in the written contract or written agreement. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. Inthat event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. T. AUTOMATIC ADDITIONAL INSUREDS – STATE OR GOVERNMENTAL AGENCY OR POLITICAL SUBDIVISIONS – PERMITS OR AUTHORIZATIONS SECTION II – WHO IS AN INSURED is amended to include any state or governmental agency or subdivision or political subdivision with whom you are required by written contract, ordinance, law or building code to name as an additional insured subject to the following provisions: This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. This insurance does not apply to: 1.“Bodily injury”, “property damage” or “personal and advertising injury” arising out of operations performed for the federal government, state or municipality; or 2.“Bodily injury” or “property damage” included within the “products-completed operations hazard”. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. Inthat event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. U. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE – COMPLETED OPERATIONS GL-3088 (09/11) -10- SECTION II – WHO IS AN INSURED is amended to include as an additional insured any person or organization who is required by written contract to be an additional insured on your policy for completed operations, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the project designated in the contract, performed for that additional insured and included in the "products-completed operations hazard". This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. Inthat event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. V. ADDITIONAL INSURED – ENGINEERS, ARCHITECTS OR SURVEYORS SECTION II – WHO IS AN INSURED is amended to include as an additional insured any architect, engineer or surveyor who is required by written contract to be an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.Theacts or omissions of those acting onyour behalf; inthe performance of your ongoing operations performed by you or on your behalf. This includes such architect, engineer or surveyor, who may not be engaged by you, but is contractually required to be added as an additional insured to your policy. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services, including: 1.The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or 2.Supervisory, inspection or engineering services. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract requires this insurance to be primary. Inthat event, this insurance will be primary relative to insurance policy(s) which designate the additional insured as a Named Insured in the Declarations and we will not require contribution from such insurance if the written contract also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 PRIMARY AND NONCONTRIBUTORY – OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance 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 contribution from any other insurance available to the additional insured. This page has been left blank intentionally. Policy Number: COMMERCIAL AUTO A-2931 (11/99) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - SPECIFIC ENTITIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM WHO IS AN INSURED is changed to include as an "insured" the person or organization named in this endorsement. However, the additional insured is an "insured" only for "bodily injury" or "property damage" arising out of work or operations performed by you or on your behalf for the additional insured and resulting from the ownership, maintenance or use of a "covered auto," by: 1. You, or 2. Any of your employees or agents; or 3. Anyone other than the additional insured or any employee or agent of the additional insured, while using with your permission a covered "auto" you own, hire or borrow. ADDITIONAL INSURED: Any person or organization for whom the named insured has agreed by written "insured contract" to designate as an additional insured subject to all the provisions and limitations of this policy. This page has been left blank intentionally. POLICY NUMBER: COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of theCoverage Formapply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): "Any person or organization for whom the named insured is operating under written contract when such contract requires a waiver of subrogation." Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CAP 3 606 949 This page has been left blank intentionally. BITCO GENERAL INSURANCE CORPORATION BITCO NATIONAL INSURANCE COMPANY AP-0401 (10/17) -1- THIS ENDORSEMENT CHANGES THE POLI CY. PLEASE READ IT CAREFULLY. BROADENED COVERAGE - AUTOMOBILES The following modifies insurance provided under: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. 1 - Broad Form Named Insured 11 - Bodily Injury Extension 2 - Automatic Waiver of Subrogation 12 - Hired Auto Physical Damage 3 - Automatic Additional Insured 13 - Enhanced Supplementary Payments 4 - Primary and Noncontributory - Other Insurance Condition 14 - Fellow Employee Coverage for Designated Positions 5 - Unintentional Failure to Disclose Hazards 15 - Physical Damage – Transportation Expenses 6 - Extended Notice of Cancellation, Non-Renewal 16 - Rental Reimbursement Coverage 7 - When We Do Not Renew 17 - Loan/Lease Gap Coverage 8 - Notice of Knowledge of Accident or Loss 18 - Accidental Air Bag Discharge Coverage 9 - Employees as Insured 19 - Glass Repair – Waiver of Deductible 10 - Employee Hired Autos 1. BROAD FORM NAMED INSURED SECTION II. A. 1. -WHO IS AN INSURED - Paragraph d. is added: d.Any organization you newly acquire or form, except for a partnership, joint venture or limited liability company, and over which you maintain majority ownership or interest (51% or more) or for which you have assumed the active management, will qualify as a Named Insured if there is no other similar insurance available to that organization. However, coverage under this provision is only afforded until the end of the policy period or the 12-month anniversary of the policy inception date, whichever is earlier. 2. AUTOMATIC WAIVER OF SUBROGATION Section IV – Business Auto Conditions ,Paragraph A.5., Transfer of Rights of Recovery Against Others to Us , is deleted and replaced with the following: a.If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair those rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b.If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for damages under this coverage form. AP-0401 (10/17) -2- 3. AUTOMATIC ADDITIONAL INSURED SECTION II – WHO IS AN INSURED, Paragraph A.1,is amended to include as an "insured" any person or organization who is required by written contract or agreement to be an additional insured on your policy, but only with respect to liability arising out of operations performed by you or on your behalf for the additional insured. 4. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance - Primary And Excess Insurance Provisions in the Motor Carrier Coverage Form and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1.Such "insured" is a Named Insured under such other insurance; and 2.You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". 5. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Although we relied on your representations as to existing and past hazards, if unintentionally you should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. 6. EXTENDED NOTICE OF CANCELLATION, NON-RENEWAL The COMMON POLICY CONDITIONS , Item A.2.b. is deleted and replaced with the following: A.2.b. 60 days before the effective date of the cancellation if we cancel for any other reason. 7. WHEN WE DO NOT RENEW SECTION IV – BUSINESS AUTO CONDITIONS , is amended to add Item B.9.: a.If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 60 days before the expiration date. b.If we do not give notice of our intent to nonrenew as prescribed in a.above, it is agreed that you may extend the period of this policy for a maximum additional sixty (60) days from its scheduled expiration date. Where not otherwise prohibited by law, the existing terms, conditions and rates will remain in effect during that extension period. It is further agreed that so long as it is not otherwise prohibited by law, this one-time sixty-day extension is the sole remedy and liquidated damages available to the insured as a result of our failure to give the notice as prescribed in 9. a. above. 8. NOTICE OF KNOWLEDGE OF ACCIDENT OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS , Item A.2.a.is deleted and replaced with the following: 2. Duties in the Event of Accident, Claim Suit or Loss: a.You must see to it that we are notified of an "accident", "claim", "suit" or "loss" which may result in a claim as soon as practicable after the "occurrence" has been reported to you, a partner, a member, an officer, or an employee designated to give notice to us. Notice should include: (1)How, when and where the "accident" or "loss" occurred; AP-0401 (10/17) -3- (2)The "insured's" name and address; and (3)To the extent possible, the names and addresses of any injured persons and witnesses. 9. EMPLOYEES AS INSURED The following is added to the Section II - Covered Autos Liability Coverage,Paragraph A.1. Who Is An Insured provision: Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. 10. EMPLOYEE HIRED AUTOS A. Changes In Covered Autos Liability Coverage The following is added to the Who Is An Insured Provision: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. B. Changes In General Conditions Paragraph 5.b.of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph 5.f.of the Other Insurance - Primary And Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: 1.Any covered "auto" you lease, hire, rent or borrow; and 2.Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". 11. BODILY INJURY EXTENSION SECTION V - DEFINITIONS , Paragraph C.is deleted and replaced by the following: C."Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these, at any time. Mental anguish means any type of mental or emotional illness or disease. 12. HIRED AUTO PHYSICAL DAMAGE SECTION III.A.4. - Coverage Extensions - Paragraph c.is added: c. Hired Auto Physical Damage If Comprehensive, Specified Causes of Loss or Collision coverage is provided under this policy, then Hired Auto Physical Damage is provided for that coverage part subject to the following: (1)The most we will pay for any one "accident" or "loss" under this Hired Auto Physical Damage Coverage is the lesser of: (a)The any one "Accident" or "Loss" amount of $100,000; (b)The actual cash value; or AP-0401 (10/17) -4- (c)Cost of repair. Our obligation to pay for a loss in c.(1) above will be reduced by a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. The deductible will be waived for "loss" caused by fire or lightning. (2)Subject to paragraph c.(1). above, we will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the declarations. (3)When you are required by written contract to indemnify a lessor for actual financial loss because of loss of use of a hired "auto" resulting from a covered "accident" or "loss", we will cover that financial loss subject to the limit specified in paragraph c.(1). 13. ENHANCED SUPPLEMENTARY PAYMENTS SECTION II.A.2.a. COVERAGE EXTENSIONS , Supplementary Payments (2)and (4)are replaced by the following: (2)Up to $2,500 for the cost of bail bonds (including bonds for related traffic laws violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4)All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $350 a day because of time off from work. 14. FELLOW EMPLOYEE COVERAGE FOR DESIGNATED POSITIONS The Fellow Employee Exclusion contained in Section II.B.5 . does not apply to the following positions or job titles: foreman, supervisor, manager, officer, partner or other senior level "employee". Coverage is excess over all other collectible insurance. 15. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES SECTION III.A.4.a. Transportation Expenses is replaced by the following: a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense incurred by you because of the total theft of a covered "auto". We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Cause of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expirations, when the covered "auto" is returned to use or we pay for its "loss". For autos provided with temporary transportation expense, the following physical damage coverage will apply: (1)The most we will pay for any one "accident" or "loss" under the temporary transportation expense physical damage coverage is the lessor of: (a)The any one "Accident" or "Loss" amount of $100,000; (b)The actual cash value; or (c)Cost of repair. Our obligation to pay for a loss in a.(1) above will be reduced by a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. The deductible will be waived for "loss" caused by fire or lightning. AP-0401 (10/17) -5- (2)Subject to paragraph a.(1). above, we will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the declarations. (3)When you are required by written contract to indemnify a lessor for actual financial loss because of loss of use of a hired "auto" resulting from a covered "accident" or "loss", we will cover that financial loss subject to the limit specified in paragraph a.(1). 16. RENTAL REIMBURSEMENT COVERAGE SECTION III.A.4. - Coverage Extensions - Paragraph d.is added. d.If you carry Comprehensive, Specified Causes of Loss or Collision coverage for the damaged covered "auto" as provided under this policy, then Rental Reimbursement Coverage is provided for that coverage part subject to the following: 1.We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "loss" other than theft, to a covered "auto". Payment applies in addition to the otherwise applicable amount of each coverage you have on a covered "auto". No deductibles apply to this coverage. 2.We will only pay for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a)The number of days reasonably required to repair or replace the covered "auto"; or, (b)30 days. (c)Our payment is limited to the lesser of the following amounts: (1)Necessary and actual expenses incurred; or (2)$50 per day. 17. LOAN/LEASE GAP COVERAGE Physical Damage Coverage is amended by the addition of the following: In the event of a total "loss" to a covered "auto", we will pay your additional legal obligation for any difference between the actual cash value of the "auto" at the time of the loss and the "outstanding balance" of the loan/lease, not to exceed $2,500 for any one vehicle or $25,000 annually in aggregate. For the purposes of this endorsement, "outstanding balance" means the amount you owe on the loan/lease at the time of loss less any amounts representing taxes, overdue payments, penalties, interest or charges resulting from overdue payments, additional mileage charges, excess wear and tear charges or lease termination fees, costs for extended warranties, credit Life Insurance; Health, Accident or Disability Insurance purchased with the loan or lease; and carry-over balances from previous loans or leases. 18. ACCIDENTAL AIR BAG DISCHARGE COVERAGE SECTION III.B.3.a - Exclusions . This exclusion does not apply to the accidental discharge of an air bag. 19. GLASS REPAIR - WAIVER OF DEDUCTIBLE SECTION III.D - Deductible is replaced with the following: For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by fire or lightning. The deductible does not apply to glass damage if the glass is repaired rather than replaced. This page has been left blank intentionally. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US The Transfer of Rights of Recovery Against Others to Us Condition 16. of SECTION V is amended by the addition of the following: If required by a written contract executed prior to loss, we waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of "your work" for that person or organization. CUP 03 13 01 07 This page has been left blank intentionally. Downey Farmstead Restoration Phase 3/Dahl June 4, 2020 Project Number: 18-3007.1 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ...................................................... 1-1 1-02 Bid Procedures and Conditions .......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-7 1-06 Control of Material .......................................................... 1-14 1-07 Legal Relations and Responsibilities to the Public ................. 1-16 1-08 Prosecution and Progress ................................................. 1-22 1-09 Measurement and Payment .............................................. 1-26 1-10 Temporary Traffic Control ................................................ 1-28 DIVISION 2 EARTHWORK .......................................................... 2-1 2-03 Roadway Excavation and Embankment .............................. 2-1 2-07 Watering ....................................................................... 2-2 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS .............. 7-1 7-20 Protective Steel Plates ..................................................... 7-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration ....................................................... 8-7 8-12 Chain Link Fence and Wire Fence ...................................... 8-12 8-26 Large Wood Structures .................................................... 8-13 8-30 Project Signs .................................................................. 8-15 DIVISION 9 MATERIALS ............................................................ 9-1 9-06 Structural Steel and Related Materials ............................... 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 9-37 Logs for Habitat Structures .............................................. 9-3 KENT STANDARD PLANS ................................................................. A-1 DOWNEY FARMSTEAD RESTORATION CONSTRUCTION STORMWATER GENERAL PERMIT ........................................................................... A-2 KING COUNTY PERMITS: SHORELINE EXEMPTION AND CLEARING AND GRADING PERMIT ................................................................... A-3 TRAFFIC CONTROL PLANS .............................................................. A-4 PROJECT SIGN TEMPLATE ............................................................... A-5 PREVAILING WAGE RATES .............................................................. A-6 GEOTECHNICAL REPORT .......................................................................... A-7 Downey Farmstead Restoration Phase 3/Dahl 1 - 1 June 4, 2020 Project Number: 18-3007.1 KENT SPECIAL PROVISIONS The Kent Special Provisions (“Kent Special Provisions” or “KSP”) modify and supersede any conflicting provisions of the 2020 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 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a “Section,” for example, “in accordance with Section 1-01,” the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED 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 NIC Not In Contract SF Square Feet SECTION 1-01.3, “CONTRACT” DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and Downey Farmstead Restoration Phase 3/Dahl 1 - 2 June 4, 2020 Project Number: 18-3007.1 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder’s completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the “National Electrical Code.” Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, “DEFINITIONS” IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms “incidental to the project,” “incidental to the involved bid item(s),” etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City’s review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the Downey Farmstead Restoration Phase 3/Dahl 1 - 3 June 4, 2020 Project Number: 18-3007.1 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the “lowest responsive and responsible bidder”). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a “Bid Proposal” for the advertised project by downloading at no charge at KentWA.gov/doing-business/bids-procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder’s or the City’s technology. 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 Downey Farmstead Restoration Phase 3/Dahl 1 - 4 June 4, 2020 Project Number: 18-3007.1 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the “Invitation to Bid.” Bids must be received at the City Clerk’s office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bid Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. Downey Farmstead Restoration Phase 3/Dahl 1 - 5 June 4, 2020 Project Number: 18-3007.1 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING “45 CALENDAR DAYS” WITH “60 CALENDAR DAYS” RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal Downey Farmstead Restoration Phase 3/Dahl 1 - 6 June 4, 2020 Project Number: 18-3007.1 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. 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). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. Downey Farmstead Restoration Phase 3/Dahl 1 - 7 June 4, 2020 Project Number: 18-3007.1 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.7 Removal of 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. Downey Farmstead Restoration Phase 3/Dahl 1 - 8 June 4, 2020 Project Number: 18-3007.1 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. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.8 City Provided Construction Staking 1-05.8(1) General As used in this Section 1-05.5, the words, “stake,” “mark,” “marker,” or “monument” will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.8(2) through 1-05.8(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.8(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $300/hour for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor’s Downey Farmstead Restoration Phase 3/Dahl 1 - 9 June 4, 2020 Project Number: 18-3007.1 operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor’s line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.8(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.8(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.8(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $300/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or “down” time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its Downey Farmstead Restoration Phase 3/Dahl 1 - 10 June 4, 2020 Project Number: 18-3007.1 subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.8(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. Downey Farmstead Restoration Phase 3/Dahl 1 - 11 June 4, 2020 Project Number: 18-3007.1 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults, junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $300/hour. 1-05.8(6) Survey Requests It shall be the Contractor’s responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: Downey Farmstead Restoration Phase 3/Dahl 1 - 12 June 4, 2020 Project Number: 18-3007.1 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: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties’ contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour Downey Farmstead Restoration Phase 3/Dahl 1 - 13 June 4, 2020 Project Number: 18-3007.1 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 2020 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 Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. Downey Farmstead Restoration Phase 3/Dahl 1 - 14 June 4, 2020 Project Number: 18-3007.1 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials 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 (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer’s review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. Downey Farmstead Restoration Phase 3/Dahl 1 - 15 June 4, 2020 Project Number: 18-3007.1 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: 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. Downey Farmstead Restoration Phase 3/Dahl 1 - 16 June 4, 2020 Project Number: 18-3007.1 The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. “APPROVED AS SUBMITTED” – Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. “APPROVED AS NOTED” – Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. “AMEND AND RESUBMIT” – Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor’s obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor’s obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. Downey Farmstead Restoration Phase 3/Dahl 1 - 17 June 4, 2020 Project Number: 18-3007.1 SECTION 1-07.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.4(2) COVID-19 Job Site Requirements Before commencing any work on the Project site, the Contractor shall develop and post at each job site a comprehensive COVID-19 exposure control, mitigation, and recovery plan that complies with the Phase 1 Construction Restart COVID-19 Job Site Requirements issued by the Governor, or subsequent modifications or phase amendments as the Governor may issue. Contractor must further meet and maintain all requirements of the plan, including providing materials, schedules, and equipment required to comply with those job site requirements or any future adjustments that may be made to job site requirements by the Governor or any applicable federal or state agency during the COVID- 19 emergency. A copy of the COVID-19 job site safety plan, along with the identification and contact information for the COVID-19 Supervisor, shall be provided to the Engineer. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: King County Shoreline Exemption Permit King County Clearing and Grading Permit Downey Farmstead Restoration Construction Stormwater General Permit SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General Downey Farmstead Restoration Phase 3/Dahl 1 - 18 June 4, 2020 Project Number: 18-3007.1 To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. SECTION 1-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: 1-07.9(3) Apprentices All contracts with an estimated construction cost greater than $1,000,000 (one million dollars) shall require that no less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state-approved apprenticeship program. Definitions For the purposes of this specification, the following definitions apply: 1. Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 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 Downey Farmstead Restoration Phase 3/Dahl 1 - 19 June 4, 2020 Project Number: 18-3007.1 periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01.030(E). 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. Downey Farmstead Restoration Phase 3/Dahl 1 - 20 June 4, 2020 Project Number: 18-3007.1 1-07.13 Contractor’s Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 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 Downey Farmstead Restoration Phase 3/Dahl 1 - 21 June 4, 2020 Project Number: 18-3007.1 precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor’s failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Gabrielle Skorupa 206-305-4395 Comcast Aaron Cantrel 206-510-4222 (cell) Aaron_Cantrel@comcast.com Puget Sound Energy Gas Glenn Helton 253-395-6926 425-559-4647 (cell) Puget Sound Energy Power Hong Nguyen 425-449-6609 (cell) Hong.Nguyen@pse.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) Downey Farmstead Restoration Phase 3/Dahl 1 - 22 June 4, 2020 Project Number: 18-3007.1 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 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 Downey Farmstead Restoration Phase 3/Dahl 1 - 23 June 4, 2020 Project Number: 18-3007.1 pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. 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 Downey Farmstead Restoration Phase 3/Dahl 1 - 24 June 4, 2020 Project Number: 18-3007.1 shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. 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. Downey Farmstead Restoration Phase 3/Dahl 1 - 25 June 4, 2020 Project Number: 18-3007.1 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work Downey Farmstead Restoration Phase 3/Dahl 1 - 26 June 4, 2020 Project Number: 18-3007.1 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 in costs, if due, shall be subject to the limitations provided in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments 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. Downey Farmstead Restoration Phase 3/Dahl 1 - 27 June 4, 2020 Project Number: 18-3007.1 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. 1-09.11 Disputes and Claims SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor’s right to seek an appeal of the City’s decision. The City’s decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor’s right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. Downey Farmstead Restoration Phase 3/Dahl 1 - 28 June 4, 2020 Project Number: 18-3007.1 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 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 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for “Temporary Traffic Control Devices,” the work required for this item shall be furnishing barricades, 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. Downey Farmstead Restoration Phase 3/Dahl 1 - 29 June 4, 2020 Project Number: 18-3007.1 SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for “Traffic Control Labor” per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for “Traffic Control Labor” shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor’s TCM, and verified by the City Inspector’s records, and the Contractor’s Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for “Traffic Control Supervisor” per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for “Traffic Control Labor.” The lump sum contract price for “Temporary Traffic Control Devices” shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item “Temporary Traffic Control Devices” will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. Downey Farmstead Restoration Phase 3/Dahl 2 - 1 June 4, 2020 Project Number: 18-3007.1 DIVISION 2 – EARTHWORK 2-03 ROADWAY EXCAVATION AND EMBANKMENT THE FIRST PARAGRAPH OF SECTION 2-03.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.1 Description “Excavation, Including Haul and Disposal" includes excavation and grading of the Downey site as shown on the plans and haul and disposal of this material to an approved contractor provided off-site location. 2-03.3 Construction Requirements SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. SECTION 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.4 Measurement All quantities in this section shall be measured by either bank cubic yard or cubic yard. Should the contractor dispute the quantity of any category of earthwork for this project, the contractor shall notify the Engineer in writing, submitting evidence in the form of a construction survey or photogrammetric survey with measurement for the proposed adjustment. The Engineer will determine the amount of the adjustment, if any. Only deviations in quantity in excess of 5% will be paid. Downey Farmstead Restoration Phase 3/Dahl 2 - 2 June 4, 2020 Project Number: 18-3007.1 “Excavation, Including Haul and Disposal” will be measured per bank cubic yard. SECTION 2-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.5 Payment “Excavation, Including Haul and Disposal” per BCY, shall include all costs incurred from equipment, labor, temporary stockpiling, placement, transport and disposal of material. Any necessary movement of jersey barriers and silt fence will be incidental to the cost of this bid item. Any damage done to roadway due to contractor related work will be repaired incidental to the bid item. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. SECTION 2-07.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.5 Payment The unit contract price for “Watering,” per MGAL shall be complete compensation for all labor, equipment, supplies, tools, and materials to haul, deliver and distribute water on construction site as required to Downey Farmstead Restoration Phase 3/Dahl 2 - 3 June 4, 2020 Project Number: 18-3007.1 control dust or street cleaning. Quantities used for all the other work including but not limited to: concrete work, hydroseeding and plant establishment, and compaction shall be included in the appropriate bid items. Downey Farmstead Restoration Phase 3/Dahl 7 - 1 June 4, 2020 Project Number: 18-3007.1 DIVISION 7 – DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-20 PROTECTIVE STEEL PLATES 7-20.1 Description This Work consists of supplying and installing steel plates to protect the pedestrian trail located adjacent to Frager Road. 7-20.2 Materials Steel plates may be new or salvaged. Salvaged plates, if used, may not be bent, cracked, significantly corroded, or otherwise damaged. Project Engineer will approve of the condition of salvaged plates. Steel plates shall be a minimum of 1-inch thick. 7.20.3 Construction Requirements The Contractor shall install steel plates at the entrance and exit of the project area (area is noted in the plans). The sheets shall be placed prior to accessing the site and will remain on site through the duration of construction. The fill between the steel sheets and the paved trail shall consist of Gravel Backfill for Drains and shall be compacted to create a level surface for access and equal distribution of weight. Fill on the outside of the sheet shall be compacted in lifts. Fill placement on either side of the sheets shall be balanced for level access and equal distribution of weight. Each sheet shall have two holes on the top to receive an appropriately sized rigging chain so that the sheets can be removed at a later date. The contractor shall coordinate with the engineer to survey the tops of the steel plates before they are completely covered or backfilled. At the completion of construction all plates and fill material will be removed and cleared from the site, leaving the entrance and exit in like condition to the start of construction. 7-20.4 Measurement “Supply and Install Steel Plates” will be measured per each steel sheet installed to protect the pedestrian trail located adjacent to Frager Road. 7-20.5 Payment The unit contract is lump sum for “Supply and Install Steel Plates” which shall be complete compensation for all labor, materials, tools, Downey Farmstead Restoration Phase 3/Dahl 7 - 2 June 4, 2020 Project Number: 18-3007.1 supplies and equipment necessary to furnish and install a 4’ x 8’ x 1” sheet steel plate to protect the pedestrian trial located adjacent to Frager Road. The bid item price includes, but is not limited to: excavation, dewatering, backfill and compaction. Downey Farmstead Restoration Phase 3/Dahl 8 - 1 June 4, 2020 Project Number: 18-3007.1 DIVISION 8 – MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city’s municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Tackifier ............................... 8-01.3(2)E and 9-14.5(7) Seed .................................... 8-02.3(9)B and 9-14.3 Fertilizer ............................... 8-02.3(9)B and 9-14.4 Mulch and Amendments .......... 8-02.3(11)A and 9-14.5 Coir Fabric.. .......................... 9-14.5(2) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. Downey Farmstead Restoration Phase 3/Dahl 8 - 2 June 4, 2020 Project Number: 18-3007.1 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer’s review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Name and contact info for Contractor’s CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 3. City of Kent 2017 Surface Water Design Manual Downey Farmstead Restoration Phase 3/Dahl 8 - 3 June 4, 2020 Project Number: 18-3007.1 4. Construction Stormwater General Permit – WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to Downey Farmstead Restoration Phase 3/Dahl 8 - 4 June 4, 2020 Project Number: 18-3007.1 agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer’s guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer’s guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. Downey Farmstead Restoration Phase 3/Dahl 8 - 5 June 4, 2020 Project Number: 18-3007.1 3. Mulch: As needed to meet requirements of Sections 8-01.3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 lbs/acre of “Mix A” unless otherwise directed by Engineer. Fertilizer 400 lbs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80 lbs/acre SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Tackifiers Unless specified otherwise, wood cellulose fiber mulch per Section 9-14(5)10 of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be organic tackifier as specified in Section 9-14.5(7)A of the WSDOT Standard Specifications. When specified, tackifiers shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be Downey Farmstead Restoration Phase 3/Dahl 8 - 6 June 4, 2020 Project Number: 18-3007.1 given when physical completion of the project is imminent, and the environmental conditions are conducive to satisfactory growth. 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(10) Wattles Contractor can utilize existing wattles on the project site with approval from Project Engineer. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Downey Farmstead Restoration Phase 3/Dahl 8 - 7 June 4, 2020 Project Number: 18-3007.1 Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5(2) Payment The unit contract price per acre for “Seeding, Fertilizing, and Mulching” shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. Topsoil Type B will be used to a depth of 3 inches over areas that are seeded. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit contract price per hour for “ESC Lead” shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. The unit contract price per square yard for “Coir Fabric Installation (Erosion Control Fabric)” shall be full compensation for all labor, materials, tools and equipment necessary to install the fabric per the plans and these specifications. Labor and materials to affix fabric to slopes (using wooden stakes per KSP 9-14.5(2)) shall be incidental to the cost of the unit contract price of “Coir Fabric Installation (Erosion Control Fabric). 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Downey Farmstead Restoration Phase 3/Dahl 8 - 8 June 4, 2020 Project Number: 18-3007.1 Definitions: The word “provide” means “furnish and install” (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A .......................................... 9-14.2(1) Seed ....................................................... 9-14.3 Fertilizer .................................................. 9-14.4 Mulch and Amendments ............................. 9-14.5 Coir Fabric.. ............................................. 9-14.5 (2) Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in “Hortus Third” or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. 8-02.3(9) Seeding, Fertilizing and Mulching SECTION 8-02.3(9)A IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-02.3(9)A Dates for Application of Seed Downey Farmstead Restoration Phase 3/Dahl 8 - 9 June 4, 2020 Project Number: 18-3007.1 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-02.3(9)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(9)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. Downey Farmstead Restoration Phase 3/Dahl 8 - 10 June 4, 2020 Project Number: 18-3007.1 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer’s guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer’s guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.3 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01.3(11)A and 9-14.5. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.4 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. Downey Farmstead Restoration Phase 3/Dahl 8 - 11 June 4, 2020 Project Number: 18-3007.1 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 lbs/acre of “Mix A” unless otherwise directed by Engineer. Fertilizer 400 lbs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80 lbs/acre SECTION 8-02.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9)D Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. SECTION 8-02.3(9)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9)E Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-02.3(11)A IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(11)A Mulch for Seeding Areas Wood cellulose fiber mulch conforming to Section 9-14.5(10) of the Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.5 shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01.3(9)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise Downey Farmstead Restoration Phase 3/Dahl 8 - 12 June 4, 2020 Project Number: 18-3007.1 directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-02.3(11)B IS REVISED AS FOLLOWS: 8-02.3(11)B Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to “wood chip mulch.” Wood Chip Mulch to be used for the preparation of the future planting site will originate from the stockpiled mulch currently at the project site. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for “Relocation and Placement of Topsoil Type A” constitutes complete compensation for all labor, materials (including engineer approved compost that is incidental to the cost of this item), tools and equipment necessary to supply, mix and spread the topsoil in the areas shown on the plans, to the depths shown on the plans, or where directed by the Engineer. Topsoil is currently stockpiled at the project site and will be used at the project site, topsoil location is identified on the plans. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. Topsoil Type A will be applied to a depth of 6 inches per the plans. The unit contract price per cubic yard for “Relocation and Placement of Wood Chip Mulch” constitutes complete compensation for all labor, tools and equipment necessary to supply and spread the wood chip mulch in the areas shown on the plans, or where directed by the Engineer. Wood chip mulch is currently stockpiled at the project site and will be used at the project site, mulch location is identified on the plans. This item includes but is not limited to the labor required for raking the wood chip mulch and cleanup. Wood Chip Mulch will be spread to a depth of 6 inches over top of the Topsoil Type A, per the plans. Downey Farmstead Restoration Phase 3/Dahl 8 - 13 June 4, 2020 Project Number: 18-3007.1 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Temporary fencing will match the existing temporary fencing at the project site, which is reflective of Section 9-14.6(8) in the WSDOT Standard Specifications. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits and bid specifications is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment “Temporary Fencing,” per linear foot. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-26 LARGE WOOD STRUCTURES 8-26.1 Description This work shall consist of relocating salvaged logs furnished by the Owner and stored onsite, cutting logs to the dimensions indicated on the Plans, and installing, anchoring and constructing six large woody habitat structures using those logs in conformity with the lines and dimensions as shown on the Plans, or as established by the Project Engineer. Habitat structure construction shall consist of placement of logs and lashing them to each other and to timber piles with chain. This work does not include placement of topsoil or mulch, or revegetation around each structure. Detailed drawings and layering plans for the habitat structures are provided in the Plans. Downey Farmstead Restoration Phase 3/Dahl 8 - 14 June 4, 2020 Project Number: 18-3007.1 8-26.2 Materials “Floodplain Habitat Structure Type II” materials shall meet the requirements of the following sections of the Standard Specifications and these Special Provisions: Chain and Hardware for Lashing Logs ................. 9-06.20 Logs without Rootwads ..................................... 9-37.1(1) Logs with Rootwads ......................................... 9-37.1(2) 8-26.3 Construction Requirements The Contractor shall notify the Engineer three working days prior to beginning installation of the log structures. The Contractor shall not commence construction of each Floodplain Habitat Structure Type II until: The location and orientation of each structure is staked by the Contractor and approved by the Engineer; All necessary temporary erosion and sediment controls are installed and properly maintained; Placement of timber piles and other logs in each structure shall be performed as detailed in the Plans, or as otherwise directed by the Engineer to adjust for varying log diameters and shapes. Timber piles shall be installed first. The Contractor shall place the logs with rootwads in direct contact with the timber piles and with the other logs in the structure unless noted otherwise in the Plans or directed by the Engineer. Logs shall be partially buried as shown in the Plans and backfilled with native excavated material. Backfill shall be compacted by tamping the surface with an excavator bucket until firm and flush with the adjacent surface or otherwise as directed by the Engineer. Where noted on the Plans, the Contractor shall lash vertical pile logs to horizontal logs using 3/8” diameter grade 43 steel chain and approved connection hardware matching the chain’s strength. Lashing shall be installed as shown on the Plans. 8-26.4 Measurement No separate measurement will be made for excavation, placement, backfill or compaction, benching or shoring, for relocating Owner- furnished logs stored onsite, cutting them to the design dimensions as needed, and constructing and installing the log structures, including timber piles. All costs for chain lashing hardware shall also be included. The costs for these items shall be included in the Contractor’s unit bid price for the Work. Downey Farmstead Restoration Phase 3/Dahl 8 - 15 June 4, 2020 Project Number: 18-3007.1 "Floodplain Habitat Structure Type II” shall be measured per each structure installed to the requirements in these Special Provisions. 8-26.5 Payment The unit contract price per each for “Floodplain Habitat Structure Type II” constitutes complete compensation for all labor, materials, tools, and equipment necessary to relocate logs stored onsite, installing timber piles, and anchoring the log structures as shown on the Plans and described in these special provisions. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing the signs, all posts, braces, and hardware and installation and maintenance of project signs where shown in the plans or where directed by the Engineer. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to a location designated by the Project Engineer. 8-30.2 Materials Sign shall be 4 feet high by 8 feet wide laminated vinyl face and securely mounted on Dibond aluminum panel or approved equal. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board. Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs, as Downey Farmstead Restoration Phase 3/Dahl 8 - 16 June 4, 2020 Project Number: 18-3007.1 determined by the Engineer, shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when included in the Proposal: The unit contract price per each for “Project Sign” constitutes complete compensation for furnishing all labor and materials, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer’s discretion. Downey Farmstead Restoration Phase 3/Dahl 9 - 1 June 4, 2020 Project Number: 18-3007.1 DIVISION 9 – MATERIALS 9-06 STRUCTURAL STEEL AND RELATED MATERIALS SECTION 9-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-06.20 Chain and Hardware for Lashing Logs Chain for lashing together logs for the Floodplain Habitat Structure Type 2, shall be 3/8” diameter grade 43 steel chain with a natural finish. Connecting hardware shall be steel with a natural finish with an equal or greater strength than the chain breaking strength. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil SECTION 9-14.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2(1) Topsoil Type A Contractor will use existing topsoil stockpiled at the project site and will evenly mix with contractor provided compost. Compost will comprise at least 33% of the amended topsoil mixture by volume. Existing Topsoil Type A at the project site is measured as approximately 2,300 CY in volume, so it is expected that approximately 1,065 CY of compost will be required by the contractor. Compost is defined in the Kent Special Provisions Section 9-14.5(8) and shall be incidental to the cost of Relocation and Placement of Topsoil Type A. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Seed Hydroseed: Seed shall be “Blue Tag” or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): Weight Proportion Seed Mix “A” Ingredient Min. % Pure Seed Min. % Germination Max. % Weed Seed 40% Perennial Ryegrass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bentgrass 98% 90% 0.5% 10% White Dutch Clover (Pre-inoculated) 98% 90% 0.5% Downey Farmstead Restoration Phase 3/Dahl 9 - 2 June 4, 2020 Project Number: 18-3007.1 The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4 Fertilizer Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous ............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.5 Mulch and Amendments SECTION 9-14.5(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-14.5(2) Coir Fabric The coir fabric shall be Belton Geocoir 400 or Engineer approved equal installed per manufacturer’s recommendation with wooden stakes. Downey Farmstead Restoration Phase 3/Dahl 9 - 3 June 4, 2020 Project Number: 18-3007.1 Overlap fabric per manufacturer’s recommendation with the approval of the Engineer. Overlap shall be at least 18” in water flow direction. SECTION 9-14.5(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.5(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.5(10) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. DIVISION 9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-37 LOGS FOR HABITAT STRUCTURES 9-37.1(1) Logs without Rootwads Logs without rootwads shall be used for timber piles, and will be selected from existing stockpiled material onsite per the following guidance: Logs without rootwads shall be from coniferous trees such as Western red cedar or Douglas-fir. Logs derived from Western hemlock or Sitka spruce trees may also be used subject to approval by the Engineer. Logs shall be of sound quality and free of cracks checks, splits, insects, rot, and decay. No more than 50%, by surface area, of the bark shall be missing from the log at the time of installation as a timber pile. Logs shall conform to the size requirements shown on the Plans where the diameter refers to the minimum diameter measured at the tip end. Downey Farmstead Restoration Phase 3/Dahl 9 - 4 June 4, 2020 Project Number: 18-3007.1 9-37.1(2) Logs with Rootwads Logs will be selected from existing stockpiled material onsite per the following guidance: Logs with Rootwads shall be from coniferous trees such as Western red cedar or Douglas-fir. Logs with Rootwads derived from Western hemlock or Sitka spruce trees may also be used subject to approval by the Engineer. Logs with Rootwads shall consist of a trunk section and a flattened root structure containing multiple branches. Logs with Rootwads with a sparse root structure will not be accepted as a Log with Rootwad, but will be acceptable as a Log without Rootwad if the rootwad is removed. Log materials containing intact rootwads as specified on the Plans shall be clean of excessive soil and shall be of sound quality, free of cracks, checks, splits, insects, rot, and decay. No more than 50%, by surface area, of the bark shall be missing from the log at the time of installation in the habitat structure. Log materials for all habitat structures shall conform to the size requirements shown on the Plans where the diameter of the trunk section refers to the minimum diameter measured within 4 feet from the base of the root structure. Logs with Rootwads shall have a minimum dimension of 6 feet from tip-to-tip of the multiple branch root structure. The length specified on the Plans for Logs with Rootwads shall be measured from the tip of the root structure to the end of the log. Downey Farmstead Restoration Phase 3/Dahl A - 1 June 4, 2020 Project Number: 18-3007.1 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-2 Temporary Hydrant Connections September 2009 Downey Farmstead Restoration Phase 3/Dahl A - 2 June 4, 2020 Project Number: 18-3007.1 DOWNEY FARMSTEAD RESTORATION CONSTRUCTION STORMWATER GENERAL PERMIT 5t12t2020 WQWebNOI - Print Certification Application 28220 Id: Certification Received: (Ecology use) Facility/Site Downey Farmstead Restoration Name: Permit WAR306665 Number: (Ecology use) Facility Address: North of Highway 516, bounded by Green River (RM 21.5 - 22.t) and Mullen Slough. Facility County: King Permittee Name: Paul Kuehne Permittee Title: Construction Supervisor Permittee PKUEHNE@CI.KENT.WA.US Email: Permittee Phone: 2538565543 Permittee Address: 220 4th Ave S Kent, WA 98032-5838 1B Company Name: City of Kent, Public Works Disturbed Acreage: Certification of Permittee "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system or those directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." Paul Kuehne City of Kent Construction Engineering Supervisor Printed e/om Title slrsl2020 Signature of Permittee x Date x Federal regulations require this application is signed by one of the following: A. For a corporation: By a responsible corporate officer, of at least the level of vice president. B. For a partnership or sole proprietorship: By a general partner or the proprietor, respectively. C. For a municipality, state, federal, or other public facility: By either a principal executive officer or ranking elected official Please print, sign and mail this form to the following address Department of Ecology ATTN: Water Quality Program, Construction Stormwater P.O. Box 47696 Olympia, WA 98504-7696 https://secureaccess.wa.gov/ecy/wqwebportal/wqwebnoi/PrintPaperCertification.aspx?id=28220 1t1 Downey Farmstead Restoration Phase 3/Dahl A - 3 June 4, 2020 Project Number: 18-3007.1 KING COUNTY PERMITS Shoreline Exemption Permit Clearing and Grading Permit L49 King County Department of Permitting and Environmental Review 35030 SE Douglas St., Suite 210 Snoqualmie, WA 98065-9266 206-296-6600 TTY 206-296-7217 www.kinacounty.aov February 215 2011 EXEMPTION FROM SHORELINE SUBSTANTIAL DEVELOPMENT PERMIT GRDE13-0018 Applicant: City of Kent 400 West Gowe Street, Suite 200 Kent, WA 98032-5895 (253) 856-5550 Project Description: Habitat Restoration and Flood Protection. The primary goals of the Downey Farmstead Restoration project are: 1) To create new, low velocity side -channel habitat along the mainstem of the lower Green River to provide rearing and refuge habitat for juvenile salmon; 2) Reconnect the mainstem with a portion of the floodplain; 3) Install anchored large woody debris and engineered log jams to help "jump-start" creation of complex salmon habitat and maintain hydraulic connectivity; and 4) Reduce temperature loading in the Green River by planting native shrubs and trees along the river banks. As a result of the project, additional floodplain storage will be created to help alleviate flood damage to nearby urban and agricultural areas. The project also proposes to replace and re- locate Frager Rd. further from the river. - T-he-Dawr�ey-Farmstead�estoratior�-P oject unitl-excavate-1,SZ5-lanear- feet (LF) of new, sinuous side -channel habitat and create 6.34 acres of intermittently inundated aquatic habitat (below the current ordinary high- water mark) adjacent to the Green River between river miles 21.5 and 22.0. This proposed side -channel network, constructed on a 22-acre site., owned and maintained by the City of Kent, will be accessible to salmon approximately three-quarters of the year, but nearly 100% of the time during key juvenile salmon outmigration periods. The new side -channel network will have four inlets at different invert elevations that all drain to one outlet maintaining a positive gradient throughout. This design provides a balance between providing river connectivity at low flows and more reliably transporting sediment through the side channels (which could generally be expected with a steeper gradient). A total of 50 large -wood structures will be placed within the new channels and throughout the site. Nearly 7,000 native trees and willows and 22,000 shrubs will be planted along a north -facing stretch or the river that will provide stream temperature buffering to a temperature impaired waterway. Native plantings and invasive species eradication will improve water quality and provide erosion control and habitat for a myriad of aquatic and terrestrial wildlife species and insects. City of Kent RE: GRDE13-0018, February 21, 2017 Page 2 Code Section: Project Location Water Body: Downey Farm Restoration Project on the Green River WAC 173-27-040(2)(o) 25001-25609 Frager Road S., Kent, WA; SE %4 Section 231 Township 22 North, Range 4 East; Parcel #'s 232204-9020, 90287 9029 and 9049 Green River Shoreline Designation: Resource, Natural Shoreline of Statewide Significance: Yes Analysis: The project involves a watershed restoration project, consistent with WAC 173-27-040(2)(o). This project is designated a priority project in the 2005 WRIA 9 Salmon Habitat Recovery Plan (Project LG-7). It has also been reviewed and determined consistent with the goals, policies and objectives of the King County Shoreline Master Program (KCC 21A.25). Conditions: The Department of Permitting and Environmental Review (DPER) has determined that the above described project is exempt from obtaining a Shoreline Substantial Development Permit (SSDP), if completed in accordance with the following conditions: 1. This exemption is granted only for the scope of work identified in application materials dated February 5, 2013 including cover letter, Joint Aquatic Resource Permit Applications, State Environmental Policy Act determination, and plans dated 1/31/2013, except as modified through these conditions or through a grading permit. 2. This project requires a clearing and grading permit to construct. All conditions of the grading permit GRDE13-0018 shall be considered conditions of this shoreline exemption. 3. The project shall comply with King County's Flood Hazard Code provisions. Any Flood Hazard Conditions resulting from review associated with the clearing and grading permit shall be considered conditions of this shoreline exemption. 4. The project shall be constructed and operate in conformance with the King County Surface Design Manual and KCC Title 9. 5. Project shall employ Best Management Practices for temporary erosion and sediment control to minimize turbidity and siltation as shown and described on the plans, and found in the King County Surface Water Design Manual. 6. This project has been reviewed under the State Environmental Policy Act (SEPA) by the City of Kent as lead agency. A Determination of Nonsignificance (DNS) was issued on December 13, 2013. 7. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, or any other toxic or deleterious materials are allowed to enter or leach into surface waters. The City of Kent RE: GRDE13-0018, Downey Farm Restoration Project on the Green River February 21, 2017 Page 3 permMee shall report all spills immediately to the Washington Department of Ecology (425-649-7000). 8. All equipment that is used for in -water work shall be cleaned to remove external oil, grease, dirt and mud prior to placing the equipment in the water. Accumulation of soils or debris shall be removed from the vehicle prior to working below the ordinary high water line. Wash sites shall be placed so that wash water does not flow into the Rivers without adequate treatment. 9. Best Management Practices for piling removal shall be employed to control turbidity and sediments from re-entering the water column during pile removal, debris capture, and for debris disposal including but not limited to the following: • Pilings, sediment, construction residue and debris shall be disposed of at a facility that complies with federal and state regulations. • A floating surface boom shall be installed as necessary to capture floating surface debris produced during piling installation. Contained debris shall be collected and placed in containment basins or as otherwise approved. 10. All project -related debris or deleterious material shall be removed from the shoreline environment and recycled or disposed of at an upland landfill. 11. Construction materials shall not be staged or stockpiled below the ordinary high water line. 12. A Hydraulic Project Approval (HPA) is required from the Washington Department of Fish and Wildlife. All conditions of the HPA shall also be considered conditions of this shoreline exemption. 13. Approval from the US Army Corps of Engineers may be required for the work below the Ordinary High Water Mark. Any conons of Corps approval are considered to be conditions of this shoreline exemption. 14. This shoreline exemption is valid for one year from the date of issuance. 15. This project shall be constructed in a manner consistent with the King County Shoreline Master Program and regulations, and shall result in no net loss of shoreline ecological functions and processes. 16. If at any time local, state or federal approvals are suspended or revoked, all authorization pursuant to this shoreline exemption shall be immediately terminated. City of Kent RE: GRDE13-0018, Downey Farm Restoration Project on the Green River February 21, 2017 Page 4 Please note that this exemption does not preclude you from complying with other applicable federal, state and local regulations and permitting requirements. For more information, call Steve Bottheim, Environmental Scientist - Geologist, at (206) 477-0372 or send email to steve.bottheima-kinacountv.aov . Randy Sandin Manager, Resource Section cc: Laura Casey, KC DPER Environmental Scientist -Ecologist Washington State Department of Ecology Washington State Department of Fish and Wildlife Snoqualmie Indian Tribe Tulalip Indian Tribe Puyallup Indian Tribe Muckleshoot Indian Tribe Department of Local Services Permitting Division 35030 SE Douglas St., Ste. 210 Snoqualmie, WA 98065-9266 206-296-6600 TTY Relay 711 CLEARING AND GRADING Permit type, Subtype: Title: Description: Permit Number: Date Issued: Expiration Date: Permit Status: GRDE13-0018Grade, Grading 1st EXT ISS-DOWNEY FARMSTEAD RESTORATION 05/24/2018 5/24/2021 Permit Extended CREATE OFF-CHANNEL REARING AND REFUGE HABITAT FOR USE IN WINTER AND SPRING MONTHS BY JUVENILE SALMONIDS THAT INHABIT THE GREEN RIVER (PREA12-0269) 2322049020, 2322049028, 2322049029, 2322049049List of Parcels: Site Address: Valuation: Applicant Name: WA $0.00 Owner Name: Owner Address:Applicant Address: City Of Kent Wa400 W GOWE ST STE 200 KENT, WA 98032-5895 CITY OF KENT I certify under penalty of perjury under the laws of the State of Washington that the information furnished by the owner or owner’s agent in support of this application is true and correct. I further certify that all applicable King County requirements for the work authorized by this permit, if issued, will be met and that violation thereof will be cause for code enforcement action. I have read the attached conditions of approval and understand that failure to comply with all conditions set forth herein shall necessitate an immediate work stoppage until such time as compliance with the stipulated conditions is attained. Failure to comply or repeated violations of permit conditions may result on enforcement actions, civil penalties as authorized under K.C.C. Title 23, and/or permit suspension or revocation. The granting of this permit shall not be construed as satisfying the requirements of other applicable Federal, State or Local government permits or regulations. The operation and maintenance of facilities authorized under this permit shall be conducted in accordance with the conditions contained herein and shall generally comply with all provisions of K.C.C. 16.28 and other applicable County Codes. Owner /Applicant Signature Title Date Please refer to the above project number when making inquiries regarding this application. For Permit information or requests for inspections, call your Grading/Clearing Inspector at 1-888-546-7728. CERTIFICATION aaf-all-0026 Page 1 of 2printed:5/26/2020 Environmental Engineer 1 5/26/2020 Record Card must be on the job site EROSION CONTROL DEVICES SHALL BE IN PLACE PRIOR TO AND DURING CONSTRUCTION INSPECTION REPORT CARD Permit: GRDE13-0018 Department of Local Services Permitting Division 35030 SE Douglas St., Ste. 210 Snoqualmie, WA 98065-9266 206-296-6600 TTY Relay 711 Notes: ALL PERMITS: a) Responsibility for the building's compliance with the provisions of the applicable King County Codes and for maintenance of the building rests exclusively with the permit applicants and their agents and the property owners. b) King County inspection of the building and real property are spot checks designed to foster and encourage compliance with the applicable codes. Neither the approvals above nor the issuance of a Certificate of Occupancy guarantees or assures compliance with all applicable codes. APPROVALS: 1. Preconstruction Conference 2. Erosion Control (installed and functioning) 3. Limits of Clearing per Approved Plans 4. Construction Entrance installed per Plans 5. Site Stabilization and Soil Amendments Installed 6. Critcal Area Mitigation Installation 7. Final- Site Re-vegetated and all Facilities Functioning per Plan 8. Critcal Area Monitoring - Final By: By: By: By: By: By: By: By: 9. Other By:10. Other By: aaf-all-0026 Page 2 of 2printed:5/26/2020 Downey Farmstead Restoration Phase 3/Dahl A - 4 June 4, 2020 Project Number: 18-3007.1 TRAFFIC CONTROL PLANS TRAFFIC CONTROL PLAN KENT, WA SUPERVISOR PHONE NUMBER (office) 5/9/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 4. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 5. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: FRAGER R D SPEED LIMIT 30 POSTED SPEED LIMIT ON FRAGER RD GREEN R I V E R GREEN R I V E R T R A I L ( ) UN AFFECTE D 516 ROAD WORK AHEAD W20-1 TRUCKS LEAVING ROADWAY W21-30a TRUCKS ENTERING ROADWAY W21-30 ROAD WORK AHEAD W20-1 VICINITY MAP CONSTRUCTION AREA LEGEND WORK AREA SIGN LOCATION CONSTRUCTION VEHICLE TRAFFIC FLOW NEW C O N S T R U C T I O N ADDTL. NOTES: No anticipated pedestrian impact Bicyclists unaf fected K/C METRO route not present Parking lane not present ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. TEM P . CON S T R UCTI O N R OAD TYPICAL HAUL ROUTE NOT TO SCALE DOWNEY BRIDGE MONUMENT PEDES T R I A N T R A I L O N N O R TH SID E O F FRAGE R R D U N AFFEC T E D B Y C O N S T R UCTION WORK VEHICLES ONLY B/W WORK VEHICLES ONLY B/W Downey Farmstead Restoration Phase 3/Dahl A - 5 June 4, 2020 Project Number: 18-3007.1 PROJECT SIGN TEMPLATE O Ln O N O N 4J J a0l �wi Downey Farmstead Restoration Phase 3/Dahl A - 6 June 4, 2020 Project Number: 18-3007.1 PREVAILING WAGE RATES 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: 06/09/2020 County Trade Job Classification Wage HolidayOvertime Note *Risk Class King Asbestos Abatement Workers Journey Level $50.86 5D 1H View King Boilermakers Journey Level $69.29 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 $25.58 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 $62.44 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 $62.44 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all Composition Mastic $62.97 7A 4U View King Cement Masons Application of all Epoxy Material $62.47 7A 4U View King Cement Masons Application of all Plastic Material $62.97 7A 4U View King Cement Masons Application of Sealing Compound $62.47 7A 4U View King Cement Masons Application of Underlayment $62.97 7A 4U View King Cement Masons Building General $62.47 7A 4U View King Cement Masons Composition or Kalman Floors $62.97 7A 4U View King Cement Masons Concrete Paving $62.47 7A 4U View King Cement Masons Curb & Gutter Machine $62.97 7A 4U View King Cement Masons Curb & Gutter, Sidewalks $62.47 7A 4U 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 4U View King Cement Masons Floor Grinding/Polisher $62.47 7A 4U View King Cement Masons Green Concrete Saw, self- powered $62.97 7A 4U View King Cement Masons Grouting of all Plates $62.47 7A 4U View King Cement Masons Grouting of all Tilt-up Panels $62.47 7A 4U View Page 1 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Cement Masons Gunite Nozzleman $62.97 7A 4U View King Cement Masons Hand Powered Grinder $62.97 7A 4U View King Cement Masons Journey Level $62.47 7A 4U View King Cement Masons Patching Concrete $62.47 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 4U View King Cement Masons Power Chipping & Brushing $62.97 7A 4U View King Cement Masons Sand Blasting Architectural Finish $62.97 7A 4U View King Cement Masons Screed & Rodding Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $62.47 7A 4U View King Cement Masons Troweling Machine Operator $62.97 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $62.97 7A 4U View King Cement Masons Tunnel Workers $62.97 7A 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $116.20 7A 4C View King Divers & Tenders Dive Supervisor/Master $79.23 7A 4C View King Divers & Tenders Diver $116.20 7A 4C 8V View King Divers & Tenders Diver On Standby $74.23 7A 4C View King Divers & Tenders Diver Tender $67.31 7A 4C View King Divers & Tenders Manifold Operator $67.31 7A 4C View King Divers & Tenders Manifold Operator Mixed Gas $72.31 7A 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $67.31 7A 4C View King Divers & 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 1H View King Drywall Tapers Journey Level $62.81 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $31.99 5L 1E View King Electricians - Inside Cable Splicer $87.22 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $93.74 7C 4E View King Electricians - Inside Certified Welder $84.26 7C 4E View King Electricians - Inside Certified Welder (tunnel) $90.47 7C 4E View King Electricians - Inside Construction Stock Person $43.18 7C 4E View King Electricians - Inside Journey Level $81.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $87.22 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1B View King Electricians - Powerline Construction Cable Splicer $82.39 5A 4D View King Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D View King Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D View King Journey Level Lineperson $75.64 5A 4D View Page 2 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... Electricians - Powerline Construction King Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D View King Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D View King Electricians - Powerline Construction Powderperson $56.49 5A 4D View King Electronic Technicians Journey Level $53.57 7E 1E View King Elevator Constructors Mechanic $97.31 7D 4A View King Elevator Constructors Mechanic In Charge $105.06 7D 4A View King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $18.25 5B 1R View King Fence Erectors Fence Erector $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View King Flaggers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journeyman $76.61 5J 4H View King Heating Equipment Mechanics Journey Level $85.88 7F 1E View King Hod Carriers & Mason Tenders Journey Level $52.44 7A 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $13.50 1 View King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $13.50 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45 1 View King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $73.73 7N 1O View King Laborers Air, Gas Or Electric Vibrating Screed $50.86 7A 4V 8Y View 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 Page 3 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Laborers Brush Hog Feeder $50.86 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 $50.86 7A 4V 8Y View King Laborers Change House Or Dry Shack $50.86 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 $51.80 7A 4V 8Y View King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $51.80 7A 4V 8Y View King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew $51.80 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $51.80 7A 4V 8Y View King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $50.86 7A 4V 8Y View King Laborers Ditch Digger $50.86 7A 4V 8Y View King Laborers Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $51.80 7A 4V 8Y View 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 $50.86 7A 4V 8Y View King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller & 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 $50.86 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 & 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 Post Tension Beams $51.80 7A 4V 8Y View King Laborers Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $52.44 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $51.80 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $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 Page 4 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... 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, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) $51.80 7A 4V 8Y View 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 $52.44 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 $50.86 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 $52.44 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 $51.80 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 $50.86 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 & Similar Electric, Air & Gas Operated Tools $51.80 7A 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $51.80 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $51.80 7A 4V 8Y View King Laborers Toolroom 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 Page 5 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $120.61 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $125.64 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $129.32 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $135.02 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $137.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $142.24 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $144.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $146.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $148.14 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $52.54 7A 4V 8Y View 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 & Water General Laborer & Topman $50.86 7A 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $51.80 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $39.18 7A 4V 8Y View King Landscape Construction Landscape Operator $68.02 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $62.44 5D 1H 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 $13.50 1 View King Metal Fabrication (In Shop)Machine Operator $13.50 1 View King Metal Fabrication (In Shop)Painter $13.50 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 $13.50 1 View King Modular Buildings Electrician $13.50 1 View King Modular Buildings Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $13.50 1 View King Modular Buildings Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Buildings Utility Person $13.50 1 View King Modular Buildings Welder $13.50 1 View King Painters Journey Level $43.40 6Z 2B View Page 6 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Pile Driver Crew Tender $67.31 7A 4C View King Pile Driver Crew Tender/Technician $67.31 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $77.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $82.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $86.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $91.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $94.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $99.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $101.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $103.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $105.43 7A 4C View King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.42 7Q 1R View King Playground & Park Equipment Installers Journey Level $13.50 1 View King Plumbers & Pipefitters Journey Level $89.19 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 Equipment $65.05 7A 3K 8X View 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 $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $69.16 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $68.55 7A 3K 8X View 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 tons, or 150' of boom (including jib with attachments) $69.85 7A 3K 8X View King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $68.55 7A 3K 8X View Page 7 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $70.57 7A 3K 8X View King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $71.26 7A 3K 8X View King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 7A 3K 8X View King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A-frame over 10 tons $68.02 7A 3K 8X View King Power Equipment Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 & Under $68.02 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View King Power Equipment Operators Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $65.05 7A 3K 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $68.55 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $68.55 7A 3K 8X View 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 Off- Road Equipment 45 Yards. & Over $69.16 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $68.02 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $68.55 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. & Over $69.85 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $69.16 7A 3K 8X View 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 Page 8 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Power Equipment Operators Loaders: Elevating Type Belt $68.02 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 Per Hour Over Mechanic) $69.85 7A 3K 8X View King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $69.16 7A 3K 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $65.05 7A 3K 8X View King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $68.02 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $68.55 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $69.16 7A 3K 8X View King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View 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 $65.05 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 Feet In Height Based To Boom $65.05 7A 3K 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $69.16 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X View King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X View 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 Yards $68.55 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $68.02 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View 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, Tractors Under 15 Metric Tons $68.02 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $69.16 7A 3K 8X View King Power Equipment Operators $68.55 7A 3K 8X View Page 9 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $69.85 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $70.57 7A 3K 8X View King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators Spreader, Topsider & 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 Base To Boom $69.85 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175’ through 250’ in height, base to boom $70.57 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $71.26 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $69.16 7A 3K 8X View King Power Equipment Operators Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X View 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, Farmall 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- Underground Sewer & Water Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K 8X View Page 10 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes friction: 200 tons and over $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: A-frame - 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, A-frame over 10 tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $68.55 7A 3K 8X View King $69.16 7A 3K 8X View Page 11 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead 8 Yards. & Over $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 45 Tons Through 99 Tons $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $65.05 7A 3K 8X View King Pumps - Water $65.05 7A 3K 8X View Page 12 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175’ through 250’ in height, base to boom $70.57 7A 3K 8X View Page 13 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Welder $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $53.10 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $50.40 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $53.10 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $47.48 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $36.10 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $84.01 6Z 1G View 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 $46.43 7A 4C View King Residential Drywall Tapers Journey Level $47.04 5P 1E View King Residential Electricians Journey Level $36.01 1 View King Residential Glaziers Journey Level $45.90 7L 1H 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 & Pipefitters Journey Level $39.43 1 View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $54.12 5A 1G View King Residential Sheet Metal Workers Journey Level (Field or Shop) $51.89 7F 1R View King Residential Soft Floor Layers Journey Level $51.07 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $50.89 5C 2R View 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 Finishers Journey Level $24.39 1 View King Residential Tile Setters Journey Level $21.04 1 View Page 14 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Roofers Journey Level $55.02 5A 3H View King Roofers Using Irritable Bituminous Materials $58.02 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1E View King Shipbuilding & Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $76.61 5J 4H View King Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Welder / Burner $36.36 7V 1 View King Shipbuilding & Ship Repair Ship Repair Boilermaker $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $46.22 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $76.61 5J 4H View King Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical) Journey Level $49.44 0 1 View King Sign Makers & Installers (Non- Electrical) Journey Level $31.96 0 1 View King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $13.50 1 View King Sprinkler Fitters (Fire Protection)Journey Level $82.39 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $13.50 1 View King Stone Masons Journey Level $58.82 5A 1M View King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View King Surveyors Assistant Construction Site Surveyor $68.02 7A 3K 8X View Page 15 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... King Surveyors Chainman $65.05 7A 3K 8X View King Surveyors Construction Site Surveyor $69.16 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1E View King Telephone Line Construction - Outside Cable Splicer $41.81 5A 2B View King Telephone Line Construction - Outside Hole Digger/Ground Person $23.53 5A 2B View King Telephone Line Construction - Outside Installer (Repairer) $40.09 5A 2B View King Telephone Line Construction - Outside Special Aparatus Installer I $41.81 5A 2B View King Telephone Line Construction - Outside Special Apparatus Installer II $40.99 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $41.81 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $38.92 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $38.92 5A 2B View King Telephone Line Construction - Outside Television Groundperson $22.32 5A 2B View King Telephone Line Construction - Outside Television Lineperson/Installer $29.60 5A 2B View King Telephone Line Construction - Outside Television System Technician $35.20 5A 2B View King Telephone Line Construction - Outside Television Technician $31.67 5A 2B View King Telephone Line Construction - Outside Tree Trimmer $38.92 5A 2B View King Terrazzo Workers Journey Level $54.06 5A 1M View King Tile Setters Journey Level $54.06 5A 1M View King Tile, Marble & Terrazzo Finishers Finisher $44.89 5A 1B View King Traffic Control Stripers Journey Level $47.68 7A 1K 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 & 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 & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 View King Well Drillers & Irrigation Pump Installers Oiler $13.50 1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 View Page 16 of 16 5/21/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 1 ************************************************************************************************************ 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 at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 2 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 3 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 4 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 5 Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 6 Overtime Codes Continued 4. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday-Friday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 7 Overtime Codes Continued 4. 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 ½) 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. 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 8 Overtime Codes Continued 4. Y. 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. 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. 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. 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). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor D ay, 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). Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 9 Holiday Codes Continued 5. R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). 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. 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 10 Holiday Codes Continued 7. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 11 Holiday Codes Continued 7. 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 co nsidered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 12 Holiday Codes Continued 15. 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. 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 13 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 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. 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.) Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 14 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. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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. Downey Farmstead Restoration Phase 3/Dahl A - 7 June 4, 2020 Project Number: 18-3007.1 GEOTECHNICAL REPORT APPENDIX D Geotechnical Design Memorandum Technical Memorandum URS Corporation Century Square 1501 4th Avenue, Suite 1400 Seattle, Washington 98101 Tel: 206.438.2700 Fax: 206.438.2699 To: Mark Ewbank, HEC CC: HEC From: Pam Craig, Martin McCabe Date: June 8, 2010 RE: Geotechnical Design Memorandum, Downey Farmstead Project This memo presents the results of the geotechnical investigation and analyses performed for the Downey Farmstead project located just north of Highway SR 516 near its western-most crossing of the Green River in Kent, WA (see Figure 1 Site Vicinity Map). The objective of the geotechnical services was to investigate subsurface soil and ground water conditions and present recommendations for design and construction of a new channel for fish habitat and flood storage. The memo is also to address geotechnical considerations for the re-alignment of Frager Road. FIELD INVESTIGATION Subsurface conditions were investigated by advancing 5 electric cone penetrometer probes (UCPT-1 through UCPT-5) to a depth of 50 feet each and excavating 5 test pits (UTP-1-10 through UTP-5-10) to depths ranging from 10 to 17 feet. The locations of the probes and test pits are presented on Figure 2 Site Plan. Logs of the probes are presented in Appendix A of this memo. This appendix also presents information on the cone penetrometer probing process and the manner in which soils are identified and classified, i.e. by unique combinations of tip resistance and side friction measured by the cone. It should be noted that URS has found from comparisons with drilled borings and from lab testing that the cone probe system tends to classify soils slightly finer than their actual character. For example, a sandy silt as classified by the cone probe system is in reality more likely to be a silty sand. Logs of the test pits as well as plots of laboratory sieve analysis tests performed on selected soil samples are presented in Appendix B. GEOLOGIC SETTING Information on the geology of the site was obtained from Waldron (1962), which indicates the surficial geologic materials are alluvium “Qa” consisting of recent deposits of silt and sand with minor amounts of clay and peat. The site is within a large area identified as having a “high” (Category I) liquefaction susceptibility according to Palmer et al (1994). Page 1 of 10 \\Seaocean\163\City of Kent\Downey Farmstead\Geotechnical Task 3\Memo Geotech 6-8-10.doc ESTIMATED SUBSURFACE PROFILE Information from the URS probes and test pits was combined with information obtained by a review of logs of previous borings drilled at or near the site by the Washington State Department of Transportation (WSDOT - see key boring at Station 177 shown on Figure 2) to estimate the soil profile for evaluation of the proposed project. Profile A in an east-west orientation along the alignment of the new channel is presented on Figure 3, and Profile B in a north-south orientation near the east end of the site is shown on Figure 4. While only one of the WSDOT boring locations are shown on Figure 2, several more borings are in the general vicinity. The site is relatively flat with ground surface elevations in the range from approximately 39 to 42 feet. In general the soil profile consists of a relatively thin surficial layer of silt overlying medium dense silty sand to sand to a depth of roughly 25 feet, then medium dense to dense sand to a depth of at least 40 feet. Fill was encountered at the surface in one test pit (UTP-5-10), and has been observed at the surface in several locations around the site. A more detailed description of the soil layers from the surface downward is presented below: Stratum 1 - FILL , Variable including Sandy GRAVEL (GP-GM) This layer consisted of a silty sandy gravel with occasional cobbles where encountered in UTP- 5-10 near the east end of the site. The gravel and cobble were rounded and gave the appearance of a native soil deposit, but its shallow depth and localized presence suggests that it is a fill material. Other fill materials appear to have been placed in the vicinity of the demolished structures at the west end of the site, although it was not identified in test pit TP-1-10. Stratum 2 - Brown SILT to Sandy SILT (ML) This layer was encountered in all cone probes and test pits except TP-5-10 at the ground surface. Its thickness ranged from about 2 to 10 feet, and its character is typically medium stiff. It likely represents an overbank deposit. Laboratory tests indicate water contents of 29 to 32 percent , which is probably over the optimum level for this material. Stratum 2A - Sandy SILT to Clayey SILT (ML/CL), with Organics This soil was encountered only in CPT-1-10 near the west end of the site (roughly 500 feet from Mullen Slough), and may represent a localized pocket or discontinuous layer of fine grained organic material. Equivalent blow count information suggests that this layer is soft to medium stiff in consistency. Similar fine grained materials containing thin peat lenses were encountered in 1981 by the Washington State Department of Transportation when drilling for the Mullen Slough bridge. Stratum 3 - Gray Silty SAND (SM/ML) This layer was encountered in all cone probes and test pits, and was immediately below the surficial fill and silt described above. The layer extended to a depth of roughly 20 to 35 feet below the ground surface. Its character was typically medium dense to occasionally dense, and sometimes graded to a sandy silt that would still be considered medium dense. Based on the results of laboratory sieve analysis tests, the fines content of this layer ranged widely from 4 to Page 2 of 10 \\Seaocean\163\City of Kent\Downey Farmstead\Geotechnical Task 3\Memo Geotech 6-8-10.doc 43 percent, with an average of about 20 percent. Moisture content values ranged from 7 to 25 percent. Stratum 4 - SAND to Silty SAND (SP/SM) This layer is apparently very similar to Stratum 3 except that it contains less fines (silt and clay) and is somewhat more dense in character. It was encountered below Stratum 3 in all cone probes and extended to at least 50 feet, which was the maximum depth explored. When the relatively high cone tip resistance values are converted to equivalent sample N-values (Standard Penetration Test blow counts) , equivalent blow count values of at least 30 blow per foot are typically obtained. Silt or silty clay interbeds only a few feet thick are occasionally encountered in this layer, except at CPT-3-10 where an interbed was found in the depth interval from 40 to 47 feet below the ground surface. Groundwater Information on the depth to groundwater at this site was obtained from direct observation during excavation of the test pits, from pore pressure response during advancement of the cone penetrometer probe, and from review of previous borings and studies by others. Water was encountered only in test pit TP-1-10 , where slight to moderate inflow was observed at a depth of approximately 7 feet. As the other test pits were excavated up to 17 feet depth without encountering groundwater, the shallow water in TP-1-10 was judged to be a temporary perched condition resulting from surface water infiltration being impeded by an underlying lower permeability layer. A fine grained layer of clayey material was encountered not far away in cone probe CPT-1-10, and erratic pore pressure measurements in the depth range from 10 to 20 feet support the premise that perched water could be present. Other occurrences of shallow perched water have been referenced in previous reports by Geomatrix. All URS cone probes indicated that the static water table was at approximately 20 feet depth, which is the depth where the average pore pressure began increasing linearly above 0 pounds per square inch (psi). A limited Phase II investigation by Geomatrix also reported encountering ground water at 19 to 22 feet below the ground surface in borings drilled to depths up to 24 feet. Logs of borings drilled by the WSDOT for SR 516 in 1976 indicated the presence of water bearing sand and heaving sand conditions below depths of approximately 15 to 18 feet below the ground surface when it was at about Elevation 30 feet (datum uncertain). Slightly higher groundwater levels could be encountered in the vicinity of Mullen Slough. Water levels are expected to fluctuate seasonally. ESTIMATED SOIL PARAMETERS The following table of estimated soil parameters was developed based on information from the cone probes, the test pits, previous borings by others, lab tests performed by URS, the experience of URS with soils in this part of King County, and published correlations between soil types and engineering behavior of soils: Page 3 of 10 \\Seaocean\163\City of Kent\Downey Farmstead\Geotechnical Task 3\Memo Geotech 6-8-10.doc Table 1: General Geotechnical Design Parameters Soil Parameter Description: Symbol Unit Stratum 1 Granular Fill Stratum 2 Silt (ML) Stratum 2A Clayey Silt (ML/CL) Stratum 3 Silty Sand (SM) Stratum 4 Sand (SP/SM) Median SPT N-Blow Count N Blows/ft 7 5 18 25 Total Unit Weight pcf 130 110 105 115 120 Average Thickness ft 2 to 6 8 5 to 25 > 15 Friction Angle deg. 36 30 0 34 37 Cohesion c psf 0 20 500 50 0 Static Elastic Modulus E ksf 2000 500 200 2000 4000 Poisson's Ratio n/a 0.30 0.35 0.45 0.25 0.25 Soil-Concrete Friction Coeff. c n/a 0.45 0.35 0.30 0.32 0.45 Soil-Steel Friction Coeff. s n/a 0.36 026 0.26 0.32 0.36 California Bearing Ratio CBR n/a 20 8 5 12 Active Earth Pressure Coeff.(static) Ka n/a 0.26 0.33 0.42 0.28 .14 At-Rest Earth Pressure Coeff.(static) Ko n/a 0.41 0.50 0.58 0.44 0.41 Passive Earth Pressure Coeff.(static) Kp n/a 3.85 3.0 2.4 3.54 3.85 Active Earth Pressure Coeff. (seismic) kae n/a 0.50 0.62 0.74 0.53 n/a Passive Earth Pressure Coeff.(seismic) kpe n/a 3.12 2.33 1.80 2.83 n/a Permeability k cm/s 1x10-5 1x10-5 1x10-4 1x10-3 Approx Water Table Depth: 18 - 20 ft General Soil Properties Note: ○ Values listed above generally represent average to slightly less than average values, except as noted here. ○ Natural variability of soil conditions and parameters are expected to occur throughout the site. ○ The values of Kp and Soil-Concrete Friction Coefficient are considered “Ultimate” values (no safety factor included). SEISMIC CONSIDERATIONS The geotechnical-related parameters to be used for seismic design were evaluated in accordance with IBC 2006 provisions as described in Section 1613 of the IBC 2006 Code, and ASCE/SEI 7- 05 provisions in Section 11.4 which is the standard referenced in the 2006 IBC. The spectral response accelerations for the “Maximum Considered Earthquake”, which has a 2 percent probability of being exceeded in 50 years (i.e. return period of 2500 years), were obtained from Figures 1613.5(1) and 1613.5(2) from the IBC 2006 Code for the location of this site. The recommended values for this site are as follows. SS = 129 % g = 1.29g (short period, or 0.2 second spectral response) S1 = 44 % g = 0.44g (1.0 second spectral response) The “Site Class” for a site is selected based on the estimated average soil properties in the top 100 feet of the soil profile (Section 1613, IBC 2006). The average soil profile at this site was Page 4 of 10 \\Seaocean\163\City of Kent\Downey Farmstead\Geotechnical Task 3\Memo Geotech 6-8-10.doc interpreted to consist of about 25 feet of medium dense to occasionally loose silty sand to sandy silt over medium dense or better granular soil. Not considering the potential for liquefaction, this profile would be interpreted as Site Class D ("stiff soil profile", with penetration resistance N- values of 15 to 50 blows per foot). If a structure is planned having a fundamental period of vibration of less than 0.50 seconds, the Site Class D would be considered appropriate. For structures of higher periods, a Site Class F (“Soils vulnerable to potential failure or collapse under seismic loading such as liquefiable soils – “) would be appropriate due to the potential for liquefaction as described below. The potential for liquefaction and associated liquefaction induced settlement were evaluated using the computer software LiquefyPro, a commercially available software package based on procedures adopted in the industry standard empirical analytical method described in Youd et al (2001). In accordance with IBC 2006 provisions as described in Section 1613 of the IBC 2006 Code, and ASCE/SEI 7-05 provisions in Section 11.4, a design level earthquake of Magnitude 7.0 and a PGA of 0.34g were used to evaluate the potential for liquefaction and its effects. The analyses indicated that the Stratum 3 and Stratum 4 medium dense silty sand to relatively clean sand will likely liquefy from the water table at depth of roughly 18 to 20 feet down to about 35 feet below the ground surface. In other words, a 10 to 15 foot thick zone below the ground water level is expected to liquefy during significant seismic shaking. Liquefaction induced settlement was estimated to be 4 to 5 inches total, and about 4 inches differential settlement over a distance of about 30 feet. An estimate of the magnitude of liquefaction-induced lateral spread was made using the method of Youd et al (2002) for the case of a “free face” represented by the slope of the new channel. The analyses indicated that estimated liquefaction induced lateral spread displacement could be approximately 5 to 6 inches at the center of Frager Road if its new location is about 70 feet from the toe of a 2H:1V channel slope. The magnitude of lateral displacement at the north edge of SR 516 was estimated at approximately 5 inches by this same method. These estimates are considered very approximate, and actual magnitudes could differ from the estimate by 25 percent or more. The lateral spread could be accompanied by cracks in the ground surface. Sand is expected to be expelled at the ground surface in "spouts" or "boils" at various, unpredictable locations within areas experiencing liquefaction. This may cause uplift and distortion of slabs and pavements. Footings and slabs will settle with the ground surface. However, for small structures like a culvert or bridge at Mullen Slough, further footing settlement due to bearing capacity failure is not expected. SLOPE STABILITY Conceptual drawings of the proposed channel to be located south of the existing Green River show gentle slopes having inclinations presumed to be 3 Horizontal to 1 Vertical (3H:1V) or flatter . URS examined the stability of the future slopes for the potential situation where the slopes were inclined as steeply as 2H:1V. The stability of the slopes was analyzed using the industry standard SLOPE/W software, which uses limit equilibrium methods. Shear strength parameters of the soils were as shown in Table 1 above. The groundwater was assumed to be at Page 5 of 10 \\Seaocean\163\City of Kent\Downey Farmstead\Geotechnical Task 3\Memo Geotech 6-8-10.doc various levels ranging from a more typical Elevation 20 to the Ordinary High Water level at approximately Elevation 36. Results of the analyses are presented graphically in Appendix C. For the static case, safety factors were approximately 1.7 for the case of typical water levels at Elevation 20, and even for the case where water rises to the approximate ordinary high level at about Elevation 36. An analysis was also made of the stability of the slope during a period of water table drawdown from ordinary high back down to Elevation 20 over a period of about 5 to 6 days. The safety factor for this partially drained situation was approximately 1.3 . The factor of safety for the seismic case was examined with typical water levels at Elevation 20 using the psuedostatic methods for the case where no strength loss occurs, and also for reduction of shear strength to the residual level as a result of seismic liquefaction. The factors of safety for these seismic cases were at least 1.1 , thereby suggesting that very little if any slope deformation would occur. In reality, given the likely variable nature of the soils at this site, some areas of more substantial strength loss and localized shallow sloughing near the water level should be expected. Such areas would be characterized by soils that have fewer fines and that may be somewhat looser than elsewhere. The slope stability analysis results described above indicate that cut slope inclinations of 2H:1V should be generally possible throughout the restoration area. Slightly steeper inclinations may be possible, say to 1.5H:1V , where slope heights may be less than about 4 to 6 feet. Flatter slopes may be needed at the west end of the project near Mullen Slough if soft clayey silt and peat layers are encountered to any significant extent. If slopes in the vicinity of a new culvert or bridge are steepened to limit the length of this structure, it is expected that poor quality Stratum 2A soils in the upper 10 feet or more may need to be removed and replaced with better quality soils that are excavated from the new channel. In addition, the replaced soils would need to be reinforced with layers of geogrid and/or geotextile to maintain adequate stability. An alternative solution would be to use gabions or Hilfiker retaining methods (rock-filled wire baskets) for the steeper slopes. BRIDGE OR CULVERT DESIGN CONSIDERATIONS If a new bridge or culvert is needed for the re-aligned Frager Road where it crosses Mullen Slough, one of the soils of interest to the design process may be the Stratum 2A Clayey Silt which likely contains some organic matter or peat. This material was encountered in URS cone probe CPT-1-10 and in the 1981 WSDOT borings for the Mullen Slough bridge. The WSDOT boring logs referred to “clayey silt with lenses of peat” to a depth of approximately 10 to 15 feet. This material should not be used for foundation support, and backfill placed on this material may experience long term consolidation settlements. Foundations for a bridge or culvert should be supported on the Stratum 3 or Stratum 4 silty sand to sand layers with proper subgrade preparation, or on select compacted fill. An allowable soil bearing pressure of 3000 pounds per square foot may be used for these materials. However, the subgrades should be surface compacted with vibratory equipment to densify possible loose zones in the upper 3 to 4 feet. Unsatisfactory clayey or peaty material encountered at the subgrade level should be removed and replaced to a depth of at least 2 feet. Additional over-excavation and replacement with well graded granular fill may be necessary depending on conditions encountered. The magnitude of settlement will depend on the size of the footings to be used. Page 6 of 10 \\Seaocean\163\City of Kent\Downey Farmstead\Geotechnical Task 3\Memo Geotech 6-8-10.doc If a new culvert/bridge location is desired for the re-located Frager Road, URS recommends that additional subsurface exploration via test pits or borings be undertaken to better identify foundation conditions and preparation measures that may be needed. PAVEMENT DESIGN CONSIDERATIONS When Frager Road is re-aligned, the subgrade for the new pavement is expected to consist of either a variable Stratum 1 fill soil, the native Stratum 2 silt or possibly the native Stratum 3 silty sand. Further west near Mullen Slough the pavement subgrade could possibly consist of the Stratum 2A clayey silt. Subgrade preparation should include proof-rolling with static equipment to identify zones of wet, soft or otherwise unsuitable material. Values of California Bearing Ratio (CBR) are recommended in Table 1 above. Over-excavated material should be replaced with suitable on-site or off-site granular fill that is compacted to at least 95 percent of the maximum dry density as measured using ASTM D-1557. The native soils that may serve as a subgrade for the new roadway are considered to have high to moderately high frost susceptibility. EFFECTS ON SR 516 The presence of the proposed side channel and flood storage area is expected to have minimal effects on the nearby SR 516 highway. REFERENCES Palmer, S.P., Schasse H.W. and Norman, D.K. (1994), Liquefaction susceptibility of the Des Moines quadrangle, Washington. Washington Department of Natural Resources. Waldron, H.H. (1962), Geologic Map of the Des Moines Quadrangle, Washington, U.S. Geologic Survey. Youd, T.L. et al (2001), Liquefaction resistance of soils: summary report from the 1996 NCEER and 1998 NCEER/NSF workshops on evaluation of liquefaction resistance of sands.”, ASCE, Journal of Geotechnical & Geoenvironmental Engng, V.127, N.10. Youd, T.L., Hansen, C.M. & Bartlett (2002), “Revised multilinear regression equations for prediction of lateral spread displacement.”, ASCE, Journal of Geotechnical & Geoenvironmental Engng, V.128, N.12. Page 7 of 10 \\Seaocean\163\City of Kent\Downey Farmstead\Geotechnical Task 3\Memo Geotech 6-8-10.doc Job No. 33762260 Figure 1 Site Vicinity Map Downey Farmstead Kent, Washington33762260_05.cdrApproximate Scale in Miles 0.5 10 Washington Kent TMMap created with TOPO! © 1997 Wildflower Productions, www.topo.com, based on USGS topographic map Site S K e n t D e s M o in e s R o a dCPT-1 CPT-2 TP-1 TP-2 TP-3 CPT-3 CPT-5 CPT-4 TP-4 TP-5 WSDOT STA 177 B B’ A A’ 33762260_02.CDR Figure 2 Geotechnical Site Plan Downey Farmstead Kent, Washington Approximate Scale in Feet 300 6000 Job No. 33762260 LEGEND Test Pit Borehole Cone Penetration Test SOURCE: Google Earth Pro, U.S. Geological Survey A Cross section location A’ S K e n t D e s M o in e s R o a dCPT-1 CPT-2 TP-1 TP-2 TP-3 CPT-3 CPT-5 CPT-4 TP-4 TP-5 WSDOT STA 177 B B’ A A’ 33762260_03.CDR Figure 3 Cross Section A-A’ Downey Farmstead Kent, Washington Horizontal Scale in Feet Vertical Exaggeration = 20x 200 4000 Job No. 33762260 NOTE The soil conditions are known only at the boring locations and are therefore accurate only at these points. The profile is based on interpolation or extrapolation between conditions observed at the boring locations and should be considered approximate. LEGEND Groundwater elevation Perched groundwater 50 40 30 20 10 0 -10Elevation (Feet)A West A’ East TP-1 CPT-1 CPT-2 (Offset 95’ North) CPT-3 (Offset 40’ North)CPT-4 CPT-5 (Offset 200’ North)TP-5 C Frager RoadL Equivalent Blow Count 5 3 9 13 39 41 29 15 47 39 7 13 17 16 15 19 25 52 36 21 7 15 15 13 19 24 22 16 2 29 7 9 16 17 13 32 37 33 29 6 8 15 16 22 16 49 33 10 28 Sandy SILT (ML) Silty SAND (SM) Silty SAND to Sandy SILT (SM/ML) Silty SAND to Sandy SILT (SM/ML) Poorly Graded SAND with Silt and Occasional Sandy Silt Interbeds (SP/SM) Sandy SILT/ Clayey SILT (ML/CL) Sandy SILT/ Clayey SILT (ML/CL) Sandy SILT (ML) ? ? Equivalent Blow Count 5 3 9 13 39 41 29 15 47 39 7 13 17 16 15 19 25 52 36 21 7 15 15 13 19 24 22 16 2 29 7 9 16 17 13 32 37 33 29 6 8 15 16 22 16 49 33 10 28 Sandy SILT (ML) Silty SAND (SM) Poorly Graded SAND with Silt and Occasional Sandy Silt Interbeds (SP/SM)Sandy SILT (ML) ? ? Sandy GRAVEL (GP/GM) Sandy GRAVEL (GP/GM) 50 40 30 20 10 0 -10 B North B’ South C Kent LDes Moines Road 33762260_04.CDR Figure 4 Cross Section B-B’ Downey Farmstead Kent, Washington Job No. 33762260 NOTE The soil conditions are known only at the boring locations and are therefore accurate only at these points. The profile is based on interpolation or extrapolation between conditions observed at the boring locations and should be considered approximate. LEGEND Groundwater elevation Elevation (Feet)Horizontal Scale in Feet Vertical Exaggeration = 5x 50 1000 CPT-5 (Offset 170’ East) WSDOT STA 177 (Offset 170’ East) TP-4 CPT-4 7 9 16 17 13 17 32 37 33 29 6 8 15 16 22 16 49 33 10 28 ? 6 12 7 14 34 44 17 13 11 Blow Counts from SPT Blow Counts from CPT Correlations Sandy SILT (ML) Silty SAND (SM) Silty SAND to Sandy SILT (SM/ML) Silty SAND to Sandy SILT (SM/ML) Poorly Graded SAND with Silt and Occasional Sandy Silt Interbeds (SP/SM) Fill CPT-5 (Offset 170’ East) WSDOT STA 177 (Offset 170’ East) TP-4 CPT-4 7 9 16 17 13 17 32 37 33 29 6 8 15 16 22 16 49 33 10 28 ? 6 12 7 14 34 44 17 13 11 Blow Counts from SPT Blow Counts from CPT Correlations Sandy SILT (ML) Silty SAND (SM) Poorly Graded SAND with Silt and Occasional Sandy Silt Interbeds (SP/SM) Fill APPENDIX A LOGS OF URS CONE PENETROMETER PROBES 2010 UCPT -1 -10 to UCPT-5-10 Page 8 of 10 \\Seaocean\163\City of Kent\Downey Farmstead\Geotechnical Task 3\Memo Geotech 6-8-10.doc 33762260_06.cdr The Cone Penetrometer Test (CPT) Downey Farmstead Kent, Washington 33762260_07.cdr Si m p l ified S o i l C l a s s i f i c a t i o n C h a rt f o r S t a nd a r d Electr o ni c F ri cti on C o ne SOURCE: Robertson et al., 1986 1 0 1 2 3 4 5 Friction Ratio (%), Rf (*) Overconsolidated or Cemented 1 Bar = 1.044 TSFCone Bearing, q (bar)c6 7 8 2 12 11 de niarDyllaitraP 10 1000 100 10 1 9 8 7 6 5 4 3 Undrained Drained Zone 1 2 3 4 5 6 7 8 9 10 11 12 q /Nc 2 1 1 1.5 2 2.5 3 4 5 6 1 2 Soil Behaviour Type Sensitive Fine Grained Material Organic Material Clay Silty Clay to Clay Clayey Silt to Silty Clay Sandy Silt to Clayey Silt Silty Sand to Sandy Silt Sand to Silty Sand Sand Gravelly Sand to Sand Very Stiff Fine Grained (*) Sand to Clayey Sand (*) Downey Farmstead Kent, Washington Job No. 33762260 CPT-01 Downey Farmstead Kent, Washington33762260_01.cdrOperator: Brown Sounding: CPT-01 Cone Used: DSG1079 CPT Date/Time: 2/17/2010 9:23:37 AM Location: City of Kent - Downey Farms Job Number: 33762260.00001 Maximum Depth = 50.52 feet Depth Increment = 0.197 feet In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 3000 0 5 10 15 20 25 30 35 40 45 50 Depth (ft) Pore Pressure Pw PSI 50-10 Friction Ratio Fs/Qc (%) 60 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 500 Medium stiff fine sandy SILT (ML) Interpreted Soil Unit Soft to medium stiff sandy SILT to clayey SILT (ML/CL) Medium dense to dense poorly graded SAND with silt and occasional ML interbeds (SP/SM) Silty SAND to clayey SILT (SM/ML) Job No. 33762260 CPT-0233762260_01.cdrOperator: Brown Sounding: CPT-02 Cone Used: DSG1079 CPT Date/Time: 2/17/2010 10:24:45 AM Location: City of Kent - Downey Farms Job Number: 33762260.00001 Maximum Depth = 50.52 feet Depth Increment = 0.164 feet In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 3000 0 5 10 15 20 25 30 35 40 45 50 Depth (ft) Pore Pressure Pw PSI 50-10 Friction Ratio Fs/Qc (%) 60 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 500 Medium stiff to stiff fine sandy SILT (ML) Interpreted Soil Unit Silty SAND to sandy SILT (SM/ML) Medium dense to dense poorly graded SAND with silt and occasional ML interbeds (SP/SM) Medium dense silty SAND (SM) Downey Farmstead Kent, Washington Job No. 33762260 CPT-0333762260_01.cdrOperator: Brown Sounding: CPT-03 Cone Used: DSG1079 CPT Date/Time: 2/17/2010 11:11:54 AM Location: City of Kent - Downey Farms Job Number: 33762260.00001 Maximum Depth = 50.39 feet Depth Increment = 0.197 feet In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 3000 0 5 10 15 20 25 30 35 40 45 50 Depth (ft) Pore Pressure Pw PSI 50-10 Friction Ratio Fs/Qc (%) 60 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 500 Medium stiff fine sandy silt (ML) Interpreted Soil Unit Silty SAND to sandy SILT (SM/ML) Medium dense to dense poorly graded SAND with silt and occasional ML interbeds (SP/SM) Medium dense silty SAND (SM) Medium dense poorly graded SAND with silt and occasional ML interbeds (SP/SM ) Soft to medium stiff fine sandy SILT (ML) Downey Farmstead Kent, Washington Job No. 33762260 CPT-0433762260_01.cdrOperator: Brown Sounding: CPT-04 Cone Used: DSG1079 CPT Date/Time: 2/17/2010 12:18:29 PM Location: City of Kent - Downey Farms Job Number: 33762260.00001 Maximum Depth = 51.67 feet Depth Increment = 0.197 feet In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 3000 0 5 10 15 20 25 30 35 40 45 50 Depth (ft) Pore Pressure Pw PSI 50-10 Friction Ratio Fs/Qc (%) 60 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 500 Medium stiff fine sandy SILT (ML) Interpreted Soil Unit Silty SAND to sandy SILT (SM/ML) Medium dense silty SAND (SM) Dense poorly graded SAND with silt and occasional ML interbreds (SP/SM) Downey Farmstead Kent, Washington Job No. 33762260 CPT-0533762260_01.cdrSoft to medium stiff fine sandy SILT (ML) Operator: Brown Sounding: CPT-05 Cone Used: DSG1079 CPT Date/Time: 2/17/2010 1:20:24 PM Location: City of Kent - Downey Farms Job Number: 33762260.00001 Maximum Depth = 50.56 feet Depth Increment = 0.197 feet In Situ Engineering*Soil behavior type and SPT based on data from UBC-1983 Tip Resistance Qc TSF 3000 0 5 10 15 20 25 30 35 40 45 50 Depth (ft) Pore Pressure Pw PSI 50-10 Friction Ratio Fs/Qc (%) 60 Soil Behavior Type* Zone: UBC-1983 1 sensitive fine grained 2 organic material 3 clay 4 silty clay to clay 5 clayey silt to silty clay 6 sandy silt to clayey silt 7 silty sand to sandy silt 8 sand to silty sand 9 sand 10 gravelly sand to sand 11 very stiff fine grained (*) 12 sand to clayey sand (*) 120 SPT N* 60% Hammer 500 Interpreted Soil Unit Silty SAND to clayey SILT (SM/ML) Medium dense to dense poorly graded SAND with silt and occasional ML interbeds (SP/SM) Loose to medium dense silty sand (SM) Downey Farmstead Kent, Washington APPENDIX B LOGS OF URS TEST PITS 2010 GRAPHICAL RESULTS OF LABORATORY SIEVE ANALYSIS TESTS Page 9 of 10 \\Seaocean\163\City of Kent\Downey Farmstead\Geotechnical Task 3\Memo Geotech 6-8-10.doc Deenv Construction, Insitu Engineering Hammer Data Borehole Backfill Drilling Contractor Sampling Method(s)Excavation Surface Elevation Date(s) Drilled Checked By Location Marty McCabe 42.8 Total Depth of Borehole 10 feet Truck Rig Drill Bit Size/Type Drill Rig Type Becoming wet. Heavy sloughing observed. Drilling Method End of test pit at 10 ft. Dark gray, silty SAND to clayey SILT, trace fine gravel, moist, medium dense. Medium sloughing observed. Brown sandy fine SILT, moist, medium stiff. No sloughing observed. SM/ ML ML 2-17-2010 Backfill 40 feet Logged By S-2 S-1 Abhijit Bathe Recovery, %Project Number: 33762260 40 35 30 25 20 GEO_SEA3D J:\CITY OF KENT\DOWNEY FARMSTEAD\FIELDWORK\DOWNEY FARM BORING LOGS 4-20-10 JA.GPJ URSSEA3JA.GLB URSSEA3.GDT 6/7/10Figure B-1 Log of Test Pit TP-1 Project Location: Kent, WA 0 2 4 6 8 10 12 14 16 18 20 Project: City Of Kent - Downey Farmstead Sheet 1 of 1 USCSFines Content(%<#200 Sieve)MATERIAL DESCRIPTION TypeBlows/ 6in.SAMPLES Graphic LogREMARKS AND OTHER TESTS MoistureContent, %Depth,feetElevationfeetNumber Date(s) Drilled Sampling Method(s)Excavation Deenv Construction, Insitu Engineering Borehole Backfill Hammer Data Checked By Drilling Method Surface Elevation Abhijit Bathe Marty McCabe Drill Rig Type Drilling Contractor 94.0 2-17-2010 Drill Bit Size/Type 17 feetTotal Depth of Borehole Location Gray, silty fine SAND, moist, medium dense. No sloughing observed. Sand becoming fine to medium. Brown SILT, trace fine sand, moist, medium stiff. No sloughing observed. SP/ SM ML 4.9 End of test pit at 17 ft. Backfill 40 feet S-4 S-3 S-2 S-1 Logged By Project Location: Kent, WA Truck Rig Project: City Of Kent - Downey Farmstead 40 35 30 25 20 Recovery, %GEO_SEA3D J:\CITY OF KENT\DOWNEY FARMSTEAD\FIELDWORK\DOWNEY FARM BORING LOGS 4-20-10 JA.GPJ URSSEA3JA.GLB URSSEA3.GDT 6/7/10Figure B-2 Log of Test Pit TP-2 0 2 4 6 8 10 12 14 16 18 20 Sheet 1 of 1Project Number: 33762260 MATERIAL DESCRIPTION Blows/ 6in.USCSTypeGraphic LogREMARKS AND OTHER TESTS MoistureContent, %SAMPLES NumberDepth,feetElevationfeetFines Content(%<#200 Sieve) Deenv Construction, Insitu Engineering Hammer Data Borehole Backfill Drilling Contractor Sampling Method(s)Excavation Surface Elevation Date(s) Drilled Checked By Location Marty McCabe 4.4 Total Depth of Borehole 15 feet Truck Rig Drill Bit Size/Type Drill Rig Type SAND becoming fine to medium. Slight sloughing observed from 9 to 15 feet. Drilling Method End of test pit at 15 ft. Gray to dark gray, brown, silty fine SAND, moist, medium dense. No sloughing observed. Brown sandy fine SILT, moist, medium stiff. No sloughing observed. SP/ SM ML 2-17-2010 Backfill 41 feet Logged By S-2 S-1 Abhijit Bathe Recovery, %Project Number: 33762260 40 35 30 25 GEO_SEA3D J:\CITY OF KENT\DOWNEY FARMSTEAD\FIELDWORK\DOWNEY FARM BORING LOGS 4-20-10 JA.GPJ URSSEA3JA.GLB URSSEA3.GDT 6/7/10Figure B-3 Log of Test Pit TP-3 Project Location: Kent, WA 0 2 4 6 8 10 12 14 16 18 20 Project: City Of Kent - Downey Farmstead Sheet 1 of 1 USCSFines Content(%<#200 Sieve)MATERIAL DESCRIPTION TypeBlows/ 6in.SAMPLES Graphic LogREMARKS AND OTHER TESTS MoistureContent, %Depth,feetElevationfeetNumber Excavation Deenv Construction, Insitu Engineering Surface Elevation 2-17-2010 Checked By Borehole Backfill Drilling Method Abhijit BatheDate(s) Drilled Drill Bit Size/Type Marty McCabe Drill Rig Type Location Sampling Method(s) Drilling Contractor 17 feetTotal Depth of Borehole Hammer DataBackfill 94.0 Brown sandy fine SILT, moist, medium stiff. No sloughing observed. End of test pit at 17 ft. Gray, silty SAND to clayey SILT, moist, medium dense. No sloughing observed. SM SM/ ML ML 15.3 Dark gray, silty fine to medium SAND, moist, medium dense. No sloughing observed. S-3 41 feet Logged By S-2 S-1 Truck Rig Project: City Of Kent - Downey Farmstead 40 35 30 25 Recovery, %GEO_SEA3D J:\CITY OF KENT\DOWNEY FARMSTEAD\FIELDWORK\DOWNEY FARM BORING LOGS 4-20-10 JA.GPJ URSSEA3JA.GLB URSSEA3.GDT 6/7/10Figure B-4 Log of Test Pit TP-4 0 2 4 6 8 10 12 14 16 18 20 Project Location: Kent, WA Sheet 1 of 1Project Number: 33762260 NumberGraphic LogBlows/ 6in.USCSMATERIAL DESCRIPTION TypeFines Content(%<#200 Sieve)REMARKS AND OTHER TESTS MoistureContent, %Depth,feetElevationfeetSAMPLES Deenv Construction, Insitu Engineering Hammer Data Borehole Backfill Drilling Contractor Sampling Method(s)Excavation Surface Elevation Date(s) Drilled Checked By Location Marty McCabe 38.1 Total Depth of Borehole 15 feet Truck Rig Drill Bit Size/Type Drill Rig Type SAND becoming fine to medium. Drilling Method End of test pit at 15 ft. Brownish gray, silty fine SAND, moist, medium dense. No sloughing observed. Medium to coarse rounded GRAVEL and COBBLES, trace silty fine to medium sand. Medium sloughing observed. (Fill) SM GM 2-17-2010 Backfill 42 feet Logged By S-2 S-1 Abhijit Bathe Recovery, %Project Number: 33762260 40 35 30 25 GEO_SEA3D J:\CITY OF KENT\DOWNEY FARMSTEAD\FIELDWORK\DOWNEY FARM BORING LOGS 4-20-10 JA.GPJ URSSEA3JA.GLB URSSEA3.GDT 6/7/10Figure B-5 Log of Test Pit TP-5 Project Location: Kent, WA 0 2 4 6 8 10 12 14 16 18 20 Project: City Of Kent - Downey Farmstead Sheet 1 of 1 USCSFines Content(%<#200 Sieve)MATERIAL DESCRIPTION TypeBlows/ 6in.SAMPLES Graphic LogREMARKS AND OTHER TESTS MoistureContent, %Depth,feetElevationfeetNumber Cc GRAIN SIZE IN MILLIMETERS %Silt 3/4 19.05 TP-3 TP-2 TP-2 TP-1 6 SP - Poorly graded SAND 4 3 U.S. SIEVE OPENING IN INCHES LL 0.425 50 55 60 65 70 75 80 40 85 35 10 1 0.1 0.01 0.001 90 95 100 100 45 0 5 10 15 20 25 30 0.85 medium 2 %Clay 30 HYDROMETER 3 0.086 0.085 D100 4 TP-1 20 D60 SM - Silty SAND ML - SILT 10 SP - Poorly graded SAND 140 TP-2 TP-2 TP-3 6014 Classification 42.8 94.0 4.9 4.4 1.18 1/2 Figure B-6 GRAIN SIZE DISTRIBUTION Project: City Of Kent - Downey Farmstead Project Location: Kent, WA Project Number: 33762260 %Sand 10.0 ft. fine 1 6.0 ft. 17.0 ft. 40 0.98 5.0 ft. 8 200 PL 0.145 0.135 PI 0.244 0.0 50 6.0 ft. 5.0 ft. 17.0 ft. %Gravel US_GRAIN_SIZE J:\CITY OF KENT\DOWNEY FARMSTEAD\FIELDWORK\DOWNEY FARM BORING LOGS 4-20-10 JA.GPJ URSSEA3JA.GLB URSSEA3.GDT 6/7/10Specimen Identification coarse 1.5 GRAVELPERCENT FINER BY WEIGHT14.9 0.0 0.00.207 95.0 87.7 COBBLES 3/8 10.0 ft. U.S. SIEVE NUMBERS 100 SILT OR CLAY Specimen Identification 2 0.22 D10 6 Cu 6.0 D30 34.4 fine 2.42 2.58 16 coarse SAND GRAIN SIZE IN MILLIMETERS Cc 33/4 0.425 TP-5 TP-4 TP-4 64 5 %Silt U.S. SIEVE OPENING IN INCHES LL Specimen Identification 75 80 85 90 95 65 60 100 10 1 0.1 0.01 0.001 100 20 0 70 15 25 30 35 40 45 50 55 10 0.85 medium 2 %Clay 303 D100 4 HYDROMETER TP-4 D60 ML - SILT SM - Silty SAND 10 SM - Silty SAND TP-4 TP-5 6014 Figure B-7 94.0 15.3 38.1 %Sand 140 Classification GRAIN SIZE DISTRIBUTION Project: City Of Kent - Downey Farmstead Project Location: Kent, WA Project Number: 33762260 coarse 1 8.0 ft. 13.0 ft. 401/2 9.0 ft. 8 200 PL 0.095 PI 0.153 0.0 50 8.0 ft. 13.0 ft. 20 %Gravel US_GRAIN_SIZE J:\CITY OF KENT\DOWNEY FARMSTEAD\FIELDWORK\DOWNEY FARM BORING LOGS 4-20-10 JA.GPJ URSSEA3JA.GLB URSSEA3.GDT 6/7/10coarse 1.5 GRAVELPERCENT FINER BY WEIGHT0.0 0.0 0.104 COBBLES 3/8 9.0 ft. 100 5.9 SILT OR CLAY Specimen Identification fine 0.425 D10 6 Cu 61.7 D30 84.6 fine 16 U.S. SIEVE NUMBERS SAND Clayey Sands, Sand-Clay Mixtures Highly Organic Soils Graph Symbols GP No Recovery Standard Penetration Test Organic Silts and Organic Silty Clays of Low Plasticity Inorganic Silts and very Fine Sands, Rock Flour, Silty or Clayey Fine Sands or Clayey Silts with Slight Plasticity OLUnified Soil Classification SystemTYPICAL SAMPLER GRAPHIC SYMBOLS 10Recovery, %Well-Graded Gravels, Gravel-Sand Mixtures, Little or no Fines Fine Grained SoilsGW Poorly-Graded Gravels, Gravel-Sand Mixtures, Little or no Fines PT Fines Content:Fines content of soil sample passing a #200 sieve measured in laboratory, expressed as a percentage. GM Silty Gravels, Gravel-Sand-Silt Mixtures GC Project: City Of Kent - Downey Farmstead 2 More than 50% of Material is Smallerthan No. 200 Sieve SizeMore than 50% of No. 200 SieveSizeCoarse Grained Soils(little or no fines)TypeMore than 50% ofCoarse Fraction Passingthrough No. 4 SieveClean Gravels REMARKS AND OTHER TESTS 5 3 2 1 COLUMN DESCRIPTIONS 5 6 Project Number: 33762260 Project Location: Kent, WA More than 50% ofCoarse FractionRetained in No. 4 SieveRemarks and Other Tests:12 CL Well Completion Schematic:Graphic depiction of subsurface material encountered; typical symbols are shown below Material Description: Inorganic Silts, Micaceous or Diatomaceous Fine Sand or Silty Soils Gravels with Fines Descriptions and stratum lines are interpretive; field descriptions may have been modified to reflect lab test results. Descriptions on these logs apply only at the specific boring locations and at the time the borings were advanced; they are not warranted to be representative of subsurface conditions at other locations or times. 3 MATERIAL DESCRIPTION Typical Descriptions USCS: 1 Comments and observations regarding drilling or sampling made by driller or field personnel. Other field and laboratory test results, using the following abbreviations: MH Description of material encountered; may include color, moisture, grain size, and density/consistency.USCS9 The degree of compaction of a soil measured in a laboratory, expresed as pounds per cubic-foot The degree of compaction of a soil measured in a laboratory, expresed as pounds per cubic-foot The degree of compaction of a soil measured in a laboratory, expresed as pounds per cubic-foot Moisture Content: 7 Graphic LogBentonite Seal Silts and Clays Organic Clays of Medium to High Plasticity, Organic SiltsOH Letter 7 One pipe in bentonite pellets Clayey Gravels, Gravel-Sand-Clay Mixtures SW Peat, Humus, Swamp Soils with High Organic ContentsElevationfeetDepth,feetTYPICAL WELL GRAPHIC SYMBOLS Inorganic Clays of High Plasticity, Fat Clays One pipe in filter pack One slotted pipe in filter pack SMNumber4 Grab Sample Clayey, silty, sandy, etc Very (clayey, silty, etc) Figure B-8 Dry Unit Weight:Blows/ 6in.0 - 5% 5 - 12% 12 - 30% 30 - 50% 3 inch O.D. Sampler Key to Log of Test Pit USCS - TEST PITS J:\CITY OF KENT\DOWNEY FARMSTEAD\FIELDWORK\DOWNEY FARM BORING LOGS 4-20-10 JA.GPJ URSSEA3JA.GLB URSSEA3.GDT 6/7/10Trace Slightly (clayey, silty, etc) Poorly Graded Sands, Gravelly Sands, Little or no Fines Graphic Log: Sample Number: Elevation in feet referenced to mean sea level (MSL) or site datum. SCGravelsSands(little or no fines) Water content of soil sample measured in laboratory, expressed as percentage of dry weight of specimen. Well-Graded Sands, Gravelly Sands, Little or no Fines Major Divisions Liquid Limit Less than 50% 8 Type of soil sample collected at depth interval shown; sampler symbols are explained below. Liquid Limit Greater than 50% Relatively Undisturbed Sample 8 9 Clean Sand Depth in feet below the ground surface. (appreciable amount of fines) Sample identification number. Number of blows required to advance driven sampler 12 inches beyond first 6-inch interval, or distance noted, using a 300-lb or 140-lb hammer with a 30-inch drop. Sample Recovery, expressed as a percentage Graphic depiction of subsurface material encountered; typical symbols are explained below. Graphic depiction of subsurface material encountered; typical symbols are explained below. 10 Elevation: Silty Sands, Sand-Clay MixturesSands with Fines (appreciable amount of fines) 12 Silts and Clays Depth: Sample Type: Bl ows/ 6in. 6 Recovery, % 4 Note: Dual Symbols are used to indicate borderline soil classifications SAMPLES ML SP CH Disturbed Sample Inorganic Clays of Low to Medium Plasticity, Gravelly Clays, Sandy Clays, Silty Clays, Lean Clays Page 10 of 10 \\Seaocean\163\City of Kent\Downey Farmstead\Geotechnical Task 3\Memo Geotech 6-8-10.doc APPENDIX C RESULTS OF SLOPE STABILITY ANALYSES Downey FarmsteadKent, WashingtonFigure C-1Job No. 33762260 Static Stability Analysis- Normal Water ConditionStatic FOS=1.671.672Name: Sandy SILT (ML) Model: Mohr-Coulomb Unit Weight: 110 pcf Cohesion: 20 psf Phi: 30 ° Name: Silty SAND/Sandy SILT (SM/ML) Model: Mohr-Coulomb Unit Weight: 115 pcf Cohesion: 50 psf Phi: 34 ° Name: SAND (SP) Model: Mohr-Coulomb Unit Weight: 120 pcf Cohesion: 0 psf Phi: 37 ° Sandy SILT (ML)Silty SAND/Sandy SILT (SM/ML)SAND (SP)Distance250275300325350375400-30-25-20-15-10-5051015202530354045250275300325350375400Elevation-30-25-20-15-10-5051015202530354045 Downey FarmsteadKent, WashingtonFigure C-2Job No. 33762260 Pseudostatic Stability Analysis- Normal Water ConditionPseudostatic FOS=1.151.148Name: Sandy SILT (ML) Model: Mohr-Coulomb Unit Weight: 110 pcf Cohesion: 20 psf Phi: 30 ° Name: Silty SAND/Sandy SILT (SM/ML) Model: Mohr-Coulomb Unit Weight: 115 pcf Cohesion: 50 psf Phi: 34 ° Name: SAND (SP) Model: Mohr-Coulomb Unit Weight: 120 pcf Cohesion: 0 psf Phi: 37 ° Sandy SILT (ML)Silty SAND/Sandy SILT (SM/ML)SAND (SP)Distance250275300325350375400-30-25-20-15-10-5051015202530354045250275300325350375400Elevation-30-25-20-15-10-5051015202530354045 1.119Name: Sandy SILT (ML) Model: Mohr-Coulomb Unit Weight: 110 pcf Cohesion: 20 psf Phi: 30 ° Name: Silty SAND/Sandy SILT (SM/ML) Model: Mohr-Coulomb Unit Weight: 115 pcf Cohesion: 50 psf Phi: 34 ° Name: SAND (SP) Model: Mohr-Coulomb Unit Weight: 120 pcf Cohesion: 0 psf Phi: 37 ° Name: Liquefied Silty SAND/Sandy SILT (SM/ML) Model: Mohr-Coulomb Unit Weight: 115 pcf Cohesion: 450 psf Phi: 0 ° Sandy SILT (ML)Silty SAND/Sandy SILT (SM/ML)Liquefied Silty SAND/Sandy SILT (SM/ML)SAND (SP)Distance250275300325350375400-30-25-20-15-10-5051015202530354045250275300325350375400Elevation-30-25-20-15-10-5051015202530354045Downey FarmsteadKent, WashingtonFigure C-3Job No. 33762260 Post Shaking Stability Analysis-Normal Water ConditionPost-Shaking FOS=1.12 Downey FarmsteadKent, WashingtonFigure C-4Job No. 33762260 Static Stability Analysis- Ordinary High Water ConditionStatic FOS=1.771.770Name: Sandy SILT (ML) Model: Mohr-Coulomb Unit Weight: 110 pcf Cohesion: 20 psf Phi: 30 ° Name: Silty SAND/Sandy SILT (SM/ML) Model: Mohr-Coulomb Unit Weight: 115 pcf Cohesion: 50 psf Phi: 34 ° Name: SAND (SP) Model: Mohr-Coulomb Unit Weight: 120 pcf Cohesion: 0 psf Phi: 37 ° Sandy SILT (ML)Silty SAND/Sandy SILT (SM/ML)SAND (SP)Distance250275300325350375400-30-25-20-15-10-5051015202530354045250275300325350375400Elevation-30-25-20-15-10-5051015202530354045 Downey FarmsteadKent, WashingtonFigure C-5Job No. 33762260 Static Stability Analysis- Rapid Drawdown ConditionRapid Drawdown FOS=1.321.322Name: Sandy SILT (ML) Model: Mohr-Coulomb Unit Weight: 110 pcf Cohesion: 20 psf Phi: 30 ° Name: Silty SAND/Sandy SILT (SM/ML) Model: Mohr-Coulomb Unit Weight: 115 pcf Cohesion: 50 psf Phi: 34 ° Name: SAND (SP) Model: Mohr-Coulomb Unit Weight: 120 pcf Cohesion: 0 psf Phi: 37 ° Sandy SILT (ML)Silty SAND/Sandy SILT (SM/ML)SAND (SP)Distance250275300325350375400-30-25-20-15-10-5051015202530354045250275300325350375400Elevation-30-25-20-15-10-5051015202530354045