Loading...
HomeMy WebLinkAboutCAG2021-137 - Original - Associated Underwater Services, Inc. - Lake Fenwick Hypolimnetic Aerator Improvements - 03/18/2021ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: Director or Designee Mayor Date of Council Approval: Grant? Yes 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? Yes No* Business License Verification: Yes In-Process Exempt (KCC 5.01.045) If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? Yes 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 Budget Account Number: Budget? Yes No Dir Asst: Sup/Mgr: Dir/Dep: rev. 200821 FOR CITY OF KENT OFFICIAL USE ONLY (Optional) * Memo to Mayor must be attached CAG2021-137 DATE: March 2, 2021 TO: Kent City Council SUBJECT: Lake Fenwick Hypolimnetic Aerator Improvements Project Bid - Award MOTION: Award the Lake Fenwick Hypolimnetic Aerator Improvements Project to Associated Underwater Services, Inc. in the amount of $922,592.31 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project will retrofit the current aerator in Lake Fenwick. The improved aerator will provide more oxygen to the deepest section of the lake, thereby reducing the potential for harmful algae blooms and improving water quality for wildlife and park users. Work will be on-land and in-water. On-land work will include the following: demolishing equipment pads and the roof of the compressor building; pouring new concrete equipment pads; furnishing and installing new mechanical aeration equipment in the building; installing a new concrete roof; installing a metal roofing system and plywood sheathing over the roof slab; installing a maintenance hatch in the roof; repainting the building’s exterior walls; and rerouting conduit to support upgraded electrical service. In - water work will include removing and disposing of the current separator box, inlet pipes, and outlet pipes; installing a new separator box, diffuser assembly, inlet pipes, outlet pipes, and lateral distribution pipes; placing concrete buoyancy anchors along the lateral distribution pipes; and testing the assembled aeration system. The bid opening for the Lake Fenwick Hypolimnetic Aerator Improvements Project was held on February 23, 2021 with three bids received. The lowest responsible and responsive bid was submitted by Associated Underwater Services, Inc. in the amount of $922,592.31. Bid Tab Summary 01. Associated Underwater Services, Inc. $922,592.31 02. McClure & Sons, Inc. $925,423.53 03. Rognlin’s, Inc. $995,716.88 Engineer's Estimate $917,408.25 BUDGET IMPACT: Funding from the King County Flood Control District’s Sub- Regional Opportunity Fund-$893,147 in total-will cover most construction costs. The remaining costs will be covered by drainage funds from the stormwater utility, which has budgeted funds for the project. 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. Lk Fenwick Aerator Improvements Rebid Bid Tab (PDF) CONFORMED TO ADDENDUM 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Lake Fenwick Hypolimnetic Aerator Improvements Project Number: 18-3003 BIDS ACCEPTED UNTIL February 23, 2021 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. INTERIM 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 Project Sign Template Section 6 Permits Section 7 Traffic Control Plans Section 8 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Lake Fenwick Hypolimnetic Aerator Improvements Project Number: 18-3003 BIDS ACCEPTED UNTIL February 23, 2021 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 1/22/21 CHAD BIEREN, P.E. INTERIM PUBLIC WORKS DIRECTOR BIDDER,S NAM iolrc0 l,r]r,nut,rl',r 6n, CITY OF KENT KrNG COUNTY, WASHTNGTON KENT SPECIAL PROVISIONS FOR Lake Fenwick HyPolimnetic Aerator Improvements Project Number: 18-3OO3 BIDS ACCEPTED UNTIL February 23, 2O2L 1O:OO A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 22O 4th Avenue S., Kent, WA 98032-5895 CHAD BTEREN, P.E. INTERIM PUBLIC WORKS DIRECTOR KENT WASHINGTON 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 Subcontractor List (over $1 million) – HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) – Structural Steel Installation Rebar Installation 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 Project Sign Template Permits Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through February 23, 2OZ1. up to 1O:OO o.tn. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bad." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 1O:OO d.m. for the City of Kent project named as follows: Lake Fenwick Hypolimnetic Aerator Improvements Project Number: 18-3OO3 The CiW of Kent will conduct the bid opening at the time and date as scheduled' however, due to the coronavirus disease 2019 (COVID-l9) 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 CiU 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 apalt. The project will retrofit the current aerator in Lake Fenwick, located at 26015 Lake Fenwick Road South in Lake Fenwick Park, Kent, WA. The improved aerator will provide more oxygen to the deepest section of the lake, thereby reducing harmful algae blooms and improving water quality for wildlife and park users. Work will be on-land and in-water. On-land work will include the following: demolishing 4 concrete equipment pads; demolishing the approximately 450-square- foot concrete roof of the compressor building; pouring 5 new concrete equipment pads; furnishing and installing new aeration equipment in the building (air compressor, air receiving tank, oil-water separator, oxygen generator, and oxygen receiving tank); installing an approximately 45O-square foot concrete roof with a mono-slope of 3:t2; installing a metal roofing system and plywood sheathing over the roof slab; installing a maintenance hatch in the roof; repainting the building's exterior walls; and rerouting approximately 50 feet of 3-inch conduit to support upgraded electrical service. In-water work will include removing and disposing of the current separator box, inlet pipes, and outlet pipes; installing a new approximately 25O-square-foot separator box, diffuser assembly, 72-inch diameter inlet pipes, 24-inch diameter outlet pipes, and lO0-foot-long lateral distribution pipes; placing concrete buoyancy anchors along the lateral distribution pipes; and testing the assembled aeration system. The project will have a 3-year warranty, during which the Contractor will be responsible for repairing and/or replacing all damaged or poorly performing equipment. All work will be in accordance with the design plans, Kent Special Provisions, and current WSDOT Standard Specifications. The Contractor will not be permitted to perform any in-water work from April 1 through July 15. The Contractor shall anticipate this restriction in their schedule and construction procedures, Contract days may be suspended as needed to accommodate this restriction on in- water work. No additional compensation will be granted to the Contractor for this time restriction. An optional viewing of the existing compressor building will be available to bidders on February 16 from 2 to 4 p.m. and February t7 from 7:30 to 9:30 a.m. 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 fofth 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 cost for this project is approximately $930,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Meara Heubach at 253'579-5764. Bids must be clearly marked *Bid' with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at KentWA.gov/doing' business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 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 5olo 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. 11246. No bidder may withdraw his/her bid for a period of siXty (60) days after the day of bid opening. Dated this 8th day of February, 2O2L. BY: Kimberley oto, City Clerk Published in Daily Journal of Commerce on February 9 and t6,2O2t. CONTRACTOR COM PLIANCE STATEMENT (President's Executive Order # LL246) D ? This statement relates to a proposed contract with the City of Kent named Lake Fenwick Hypolimnetic Aerator Improvements Project Number: 18-3OO3 I am the undersigned bidder or prospective contractor. I represent that - 1 I(have,have not, participated in a previous contract or subcontract subject to the President's Executive Order #Lt246 (regarding equal employment opportunity) or a preceding similar Executive Order. kq*;o(,,i lr ,!*r,,oL L 9.V(r oC.$,nI't NAME OF BIDDER BY SIG ATURE/TITLE 1 *,h*"fua, lnlnt At€, i)<{ 4rd.D kx ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 1 February 8,2O2L DECLARATION crTY 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 oppottunity 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. Z. During the time of this contract, I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract, the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity emPloYer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. For: Title:(r" to{,*uL,< " Date a Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 By 2 February B,2O2t CITY OF KENT ADMINISTRATIVE POLICY NUMBER: L.2 EFFECTIVE DATE: JanuarY 1, 1998 SUBJECT: 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 oppoftunity 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 paft 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 depaftments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment oppoftunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 MINORITY AND WOMEN CONTRACTORS SUPERSEDES: April 1, 1996 APPROVED BY Jim White, MaYor 3 February 8,2O2I CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of {oa {^UA Company, hereby acknowledge and declare that the before- mentioned company was the prime contractor for the contract known as Lake Fenwick Hypolimnetic was entered into on the the City of Kent. Aerator I ents/P roject Number: 18-3OO3 that between the firm I rePresent and I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: Date: o[rt(UI 1 4oh*.{on . a Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 4 February 8,2O2L PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby ceftifies that lbt ( r lr{f "0 \J,ua&.ur,{ t'hvtu(, has examined the job site and constru ction details of the work as outlined on the plans and described in the specification s for the project named Lake Fenwick Hypolimnetic Aerator Improvements/Project Number:18-3OO3 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in t his 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 NO. SECTION NO. APPROX. OUANTITY UNIT PRICE TOTAL AMOUNT ITEM 1006 2-03.5 WSDOT 100 CU YDS $14.00 Per CY $1,400.00Roadway Excavation, Including Haul Any bids not filled out properly may be considered non-responsive. Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 5 February 8,2O2L SCHEDULE I - SITE PREPARATION AND RESTORATION ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. QUANTITY ITEM 1000 Mobilization $ffi,\n{ +48,n eL-Og.7 WSDOT 1 LUMP SUM Per LS 1005 8-12.5 KSP 300 LN FT Temporary Fencing $ b-oa $ PeT LF lfine 1010 8-30.5 KSP 1 Project Sign Installation E J'Mo9 $ PeT EA I EACH 3,a()0 Site Restoration ryt 000 LS $ b,rrotg$It10158-35.5 KSP 1 LUMP SUM Per 1020 Warranty $ I rlP67P8-36.s KSP 5,0olU 3 $ YEARS Per YR t025 L-O4.4(L) 1 WSDOT CALC Minor Changes $5,000x Per CALC $5,ooo xCommon orice to all bidders *bl,\ot w Sub Total LO.Lo/o WA State Sales Tax Schedule I Total $h,u1" qo 6 4 Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 February 8,2021 SCHEDULE V - TRAFFIC CONTROL ITEM NO. SECTION NO. APPROX. QUANTITY UNIT PRICE TOTAL AMOUNT ITEM 5000 1-10.5 KSP 90 HOURS Traffic Control Labor $ lu0?$ 1,71nYPer HR 5005 Traffic Control SuPervisor $ilqw $1-10.5 KSP 60 HOURS Per HR IIHEL 1-10.5 KSP 1 LUMP SUM $ 6,r1fr Per LS 5,^9 ch 5010 Temporary Traffic Control Devices $ Sub Total LO.to/o WA State Sales Tax Schedule V Total $ $ $ o9 875. .i3 Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 7 February B,2OZI SCHEDULE VII - TEM PORARY EROSION AND SEDIMENTATION CONTROL ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTIW ITEM 7000 8-01.s(2) KSP 200 LN FT $ (e16 Per LF I t75ae Filter Fabric Fence $ 7005 200 LN FT Wattle8-01.s(2) WSDOT $q"%$\t1oIPer LF 70L0 ESC Lead $ \ltw ?r? Jow8-01.s(2) KSP 20 HOURS $ Per HR 70L5 8-01.s(2) WSDOT 1 FORCE ACCOUNT $10,000x Per FA $10,000Erosion/Water Pol lution Control xCommon orice to all bidders Sub Total LO.Lo/o WA State Sales Tax Schedule VII Total 15,noV ? q @'fl I JO7,L, 4 ,lat9 b /{., coa11 Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 B February B,2O2t SCHEDULE IX - COMPRESSOR BUILDING ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTIW ITEM $evl,uaouu $ 04,rw I90008-33.5 KSP 1 LUMP SUM Demolition Per LS Elevated Mono-slope Concrete Roof and Support System $ bt,w $ h5'oat bw 9005 8-33.5 KSP 1 LUMP SUM Per LS * 9010 B-33.5 KSP 1 Roof Hatch $ [0,1]00 $00 PeT EA l0,mDEACH 9015 8-33.5 KSP 1 Kaeser Compressor and Air Dryer, BSD-607 ub sf5,W $ 45,wwEACHPer EA 9020 8-33.5 KSP 1 EACH AiTSEP Oxygen Generator, AS-L, AS107-10 W$ Q,tilt $ qt,ooo*Per EA 9025 8-33.5 KSP 1 EACH AiTSEP Oxygen Receiving Tank, TA153-1, 400-Gal $ 6,6 ou9 $ b, boo&Per EA 9030 8-33,5 KSP 1 EACH E bftm& $AiTSEP Air Receiver Tank, TA145-1, 400-Gal Per EA 6,boo'w 9035 8-33.5 KSP 1 AITSEP KI4L4-5: Interconnecting Hoses/ Fittings, Oxygen Regulator, Oxygen Filter v$3,1m $09 PeT EA 3,llloEACH 9040 8-33.5 KSP 1 AITSEP Kt477-I: 10-Ft Oxygen Hose from Oxygen Regulator E lr0o0P Per EA $ l, foo aLEACH 9045 8-33.5 KSP 1 LUMP SUM Compressor Building Lighting System E l?,fioort $ ft,w9Per LS February 8,2O2tLk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 9 SCHEDULE IX - COMPRESSOR BUILDING ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 9050 8-37.5 KSP 1 LUMP SUM New Electrical Service and Modifications to the Existing Compressor Building sA,N09 r 11,^,& Per LS I7,'4 oDSub Total !O.Lo/o WA State Sales Tax Schedule IX Total a 8qtqJ,3D $ $ $ ,ffi.70 Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 10 February 8,2OZt SCHEDULE X - IN-WATER CONSTRUCTION ITEM NO. SECTION UNIT PRICE TOTAL AMOUNT APPROX. OUANTIW ITEM N o. & 10000 8-34.5 KSP 1 LUMP SUM Separator Box Assembly $J)5,U00 $ alT,nu & Per LS 10005 8-34.5 KSP 1 LUMP SUM Diffuser Assembly s 56a09 $ 5r,ort,@Per LS 10010 8-34.5 KSP 50 LN FT 72-lnch Air Mix Riser Inlet Pipes *"if*o* b5,nte 10015 8-34.5 KSP 50 LN FT shn@ $24-Inch Aerated Water Discharge Pipes Per LF 15,am9 10020 8-34.5 KSP 2LO LN FT 24-Inch Lateral Distribution Pipes $mf'75 $ bI,m7,5DPer LF Sub Total LO.Lo/o WA State Sales Tax Schedule X Total $ $ 47n, oo+, ,lh Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 11 February 8,202t BID SUMMARY ,?il,1 4,'toSchedule I Schedule V Schedule VII Temporary Schedule IX Schedule X TOTAL BID AMOUNT Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 Site Preparation & Restoration aq,z b5,13 Traffic Control & Sedimentation Control eBq,8?5,70 Compressor Building 5t2,4il,?6 In-water Construction q37,Qfg.Tt T2 February 8,2021 SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL t otr/ 0 u,!sw,rh*lttwr.,t_ -,Name of Bidder: Project Name:Lake Fe iek I{vnolimnetic rator Imnroveme Project Number:1a-3(t03 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 name itself for the work. Failure of the Bidder to submit, within one hour after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name :T8n ? Sig ture of Bi er Date Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 13 February 8,202L SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION ,/ Ut/",Name of Bidder:ta Project Name:Lake Fen ek Hvnolimnetic A erafor Imnrovem ts Project Number:1a-3(l(l3 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 structural steel installation and rebar installation. Failure of the Bidder to submit, within 48 hours after the published bid submittal time, 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 Structural Steel Installation Subcontractor Name: Rebar Installation Subcontractor Name:h" Sign ure of Bidder Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 Date T4 February 8,202I CoNTRACTOR'S QUALTFTCATTON STATEM ENT (RCW 39.O4.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPOAI,SES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPOilsIA LE 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 clate 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' Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 15 February B,2O2t 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 STGA' THTS FORM AS PART OF YOUR BTD. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS AIOAI-RESPONSIVE AND THEREFORE VOID' THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: Associated U nderwater Servi Inc. Michael Eakin 6706 NE 175th Street #D Kenmore WA 98028 Associated [Jnderwater Inc. 3901 E Ferry Ave Spokane WA 99202 PHONE:509-533-6500 FAX:509-s33-6505 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 L8.27 RCW. - see page 6 on the attached. L.2 Provide your _.r;6!"!LB,SatE 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. - see page 7 of the attached 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 Lk Fenwick Hypolimnetic Aerator Impr/Heubach 16 February B,2O2L Project Number: 18-3003 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). - see page 8 & 9 of the attached Pdf 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.O82, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. - see page 8 & 10 of the attached Pdf1.6 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. - see page 11 on the attached for exemption SUPPLEMENTAL CRITERIA - Established by the City to determine bidder responsibility ORGANIZATION 2.L How many years has your organization been in business as a Contractor? - 19 years 2.2 How many years has your organization been in business under its present business name? - 19 years 2.2.L Under what other or former names has your organization operated? -NA 2,3 If your organization is a corporation, answer the following: 2 2.4 If your organization is a paftnership, answer the following: 2.3.L 2.3.2 2.3.3 2.3.4 2.3.5 2.3.6 2.4.L 2.4.2 2.4.3 Date of incorporatioil t2/02/2oo2 State of incorporation : Washington President's namet Nanci Donohue Vice-president's name(s) ; Kerry Donohue Secretary's name: Kerry Donohue Treasurer's name: Nanci Donohue 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: 2.5.1 Date of organization: 2.5.2 Name of owner: Lk Fenwick Hypolimnetic Aerator Impr/Heubach 77 Project Number: 18-3003 February 8,2O2t 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. - See attached Page 2 3.2 List jurisdictions in which your organization's partnership or trade name is filed. - Washington State 4. EXPERIENCE 4.L List the categories of work that your organization normally performs with its own forces. - See attached page 3 & 4 on the attached' 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.L Has your organization ever failed to complete any work awarded to it? - no 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? - no 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? - no 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) - no 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date.- see attached Page 5 4.4.L State total worth of work in progress and under contract: - 3.5 MIL 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project/ owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. - see attached pages 72-2t for project info, more available upon request. 4.5.1 State average annual amount of construction work performed during the past five years: - 7.5 MIL4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. - see pages 22-26 on the attached4.7 On a separate sheet, list your major equipment. - see pages 27-29 for sample equipment listing. Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 18 February B,2O2l 5. REFERENCES 5.1 5.2 5.3 Trade ReferenCes; See attached page 30 Bank ReferenceSl See attached page 30 Surety: See attached page 3I - 32 5.3.1 Name of bonding company: see attached page 3t - 32 5.3.2 Name and address of agent:See attached page 31 - 32 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. - nUS Diving will be able to provide this info within the allocated time frame upon request. 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; 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). 6.L.2 Name and address of firm preparing attached financial statement, and date thereof: 6,1,3 Is the attached financial statement for the identical organization named on page one? 6.L.4 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? - yes. Lk Fenwick Hypolimnetic Aerator Impr/Heubach 19 February B' 202L Project Number: 18-3003 7, SIGNATURE 7.1 Dated at this 22nd day of February . 2A2L Name of Organization:Associated lJnderwater Serrriaec Inc. By Michael Eakin Title Senior Estimator 7,2 Michael kin duly sworn, deposes and says that the information ded herein is true and sufficiently complete so as not to be misleading. Subscribed and me this 22nd day of 202L. Notary Public My Commission Expires: NOTAFTPUBLIC STATE OF WASHINGTON Lhilct{tn$r171067 CmnLionEnlluS*mbre,2m2 GAIL ry Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 20 February 8,ZOZL \II ? ASSOCIATED UNDERWATER SERVICES State State/City License No. AK Alaska Specialty Contractor License coNs31261 AK State of Alaska Business License 310980 AZ Arizona DOR Withholding Number 07-65374L-J AZ Arizon Contractors License 319538 CA California General Contractors 825657 CA California Corporate Number c2500948 CA California Secretary of State Number c268507 ID ldaho Contractors License PWC-C-15602-C-4 ID ldaho Tax Commision: Use Tax Number 002606298-U WA City of Seattle Business Tax Cert Renewal 5s865s MT Montana Business/Contractors License 55540 NV Nevada State Business License NV20031493s76 NV Nevada Contractors License 57044 OR State of Oregon Contractors License r.538s7 OR City of Gresham Business License 20-oo0t4224 OR City of Portland Revenue Tax Account 74L7L4 WA City of Seattle Business License 558655 WA City of Spokane General Business License T11039980BUS WA City of Lake Stevens Genreal Business License N/A WA City of Bellingham Genreal Business License 284Ll WA City of Marysville Business License 5500coN210 WA City of Hoquiam Business License 605344 WA State of Washington Business License UBI:602256846 WA City of Bremerton Business License 23706 WA Spokane Tribe of lndians sP-oK-AT-g91 WA Town of Friday Harbor 19-102958.0 WA State of Washington Reseller Permit AL6434Ll9 WA State of Washington Contractors License cc AssocusgT2BA WA City of Kent Business License BLOC-2LgL226 WA City of Ocean Shores 24042 WA City of Whitefish 3t77 Associated Undenarater Services lnc. Business License lnfo Associated UnderuvaterServices, lnc. o Spokane509.533.6500 a Kenmore 425'487.0329 o @iyi!S.&g!!! lxpetience, TeohnologU a lnnouation ASSOCIATED UNDERWATER SERVICEs t1 A!-f (g I I dl I ?,, r'ar ( 4' {:-. -''! \rc- \\+. r'\1:1,.utF I R Concrete Placement High Altitude Diving Undenruater Core Drilling Wire Sawing High Pressure Waterblasting Cathodic Protection Undenrvater Cutting Complete Certified Welding Services Remote Operated Vehicles Superior Topside Support and Management and Marine geo-technical studies including high resolution bottom profiling and scanning. Highly accurate integrated navigational systems for surface and undenryater positioning. z,ED Hyd rographic Survey MapPing Bridge and Structural lnspections Mixed Gas and Nitrox Pipeline Burial Surveys Non Destructive Testing Scour Surveys Underwater Video and Still Photography Large Diameter Shaft Drilling High Resolution Acoustic Systems for: High Current and Zero Visibility applications Search and Survey Positioning and Tracking Bridge Pier and other Structural lnspections Associated Undenrater Services, lnc. o www.ausdiving.com Spokane 509.533.6500 . Kenm ore 425.487.0329 \tI ? ASSO(,IA I I I) I.] NDI RWAI LR \[ RVICT S LINE CARD OF SERVICES UNDERWATER CONSTRUCTION AND SUBCONTRACTING Certified Welding to AWS Standards-D3.6M Underwater Exothermic Burning Concrete - High Pressure Grouting Core Drilling, Track Sawing Diamond Wire Sawing Piling Repair - Wood, Steel, Concrete Water Jetting and Dredging Debris Removal Zebra Muscle Control Pipeline, lnstallation and Location Pipeline Penetrations PiPeline Pigging Cable lnstallation and Location Diffuser RePair and lnstallation CoffertLimpet Dam Fabrication & Sealing Cathodic Protection Engineering Services Anode / Cathodic Protection and lnstallation Anode Manufacturing Outfall InsPections Outfall Repair and Construction Trash Rack Repair and lnstallation Traveling Water Screen RePair Sluice and Trunnion Gates Circ. Water PumPs lntake Screens Chemical and Air Diffusion Systems Underwater Painting and Coatings Ship Husbandry and RePairs UNDERWATER INSPECTIONS AND SURVEYING Bridge lnsPections Scour lnvestigations BathYmetric SurveYs Kongsburg EM3002 Multi Beam ROV Services-l nspection/Light Work Class Lock and Dam lnsPections UNDERWATER INSPECTIONS AND SURVEYING.CONTINUED Cable Locating and MaPPing Non-Destructive Testing UT Inspections, MP InsPections Ferry Terminals Tunnels and Aqueducts Concrete, Steel & Wood lnsPection ShiP Husbandry Underwater Sediment SamPling Color Closed Circuit Video Color and BA/V Still PhotograPhY Land and Marine SurveYing CONTAMINATED AND POTABLE WATER DIVING Raw Sewage / Clarifier Biological / Chemical / lndustrial Effluent Nuclear Spent Fuel Pools / Reactors Drinking Water Water Towers / Stand Pipes/ Reservoirs TUNNELING AND HYPERBARIC Hyperbaric lnterventions OSHA and MSHA Variances Shaft Diving and Construction Tremie Concrete CONTACT INFORMATION Associated Underwater Services' lnc. Michael J. Eakin - Sr. Est / Bus Dev 6706 NE 175th St. # D Kenmore, WA. 98028 (425) 487-0329 Office (206) 948-3942 Mobile M ichael@ausdivino.com www.ausdivinq.com Associatodunderwaterservices, lnc. t offics509'533'6500 ' Fax509'533'6505 ' @iyirs'c@ Section 4.4- Current Contract ListingCompletion DateL2/3L/2O2r3/rs/20276/ts/202772/3L/2O27L2/3t/2O2Le/3o/2o2LL2/3L/2O2Lt2/3r/2O24s/30/2o2tL2/3u2O22% Complete20%75%50%5oo/o20%7s%80%o%o%Oo/oContract Amount5 80,235.79s 380,503.35s 400,000.00s 120,000.00s 377,055.00s 350,000.00S Soo,ooo.ooS 75,ooo.oos 527,100.00s 443,310.00Architect/ContractorcH2M HillNAOrion ConstructionGracon LLCGracon LLCNACeccantiNANAKnight ConstructionOwnerDept. of EnergyLegrow Water CompanyCity of SeattleMetro Water Dist. Of So. CAUS Dept. of lnteriorUS Army Corps of EngineersCity of RentonSeattle CorpsNational Park ServicesSitka Electric Dept.Project NameHanford TanksSimplot DredgingPier 58Gene WashPaonia Dam Outlet ModificationWalla Walla & Portland lDlQBoeing Renton OutfallLake WA Ship CanalLake Mead - Echo BargeGreen Lake Hydro Rehab U C � CC u �28 ,z�� BUSINESS LICENSb DETACH BEFoRE POSI lNG u 7! sTArE OF VIASHlNGTON lssue Date: Dec 11 ,2020 Unified Business lD #:602256846 Business lD #: 001 Location:0001 Expires: Jul31,2O2'l ftirector, Department of Revenue STATE OF WASHINGTON Profit Corporation JBI: 602256846 001 0001 \SSOCIATED UNDERWATER ;ERVICES,INC. ISOI E FERRY AVE }PoKANE, WA 99202464s UNEMPLOYMENT INSURANCE . ACTIVE INDUSTRIAL INSURANCE - ACTIVE TA)( REGISTMTION -ACTIVE SPOMNE GENEML BUSINESS #Tl 10399808US (EXPIRES 12ts1t20211- ACTIVE WALLA WALLA GENERAL BUSINESS - NON-RESIDENT - ACTIVE NHtrHAI IS GtrNtr]TAI FII ISINtrSq - ASSOCIATED UNDERWATER SERVICES, INC. 3901 E FERRYAVE SPoKANE, WA 99202-4645 UNEMPLOYMENT INSURANCE - ACTIVE TAJ( REGISTRATION - ACTIVE INDUSTRIAL INSURANCE - ACTIVE CITY ENDORSEMENTS: spoKANE GENERAL BUSTNESS #T110399808US (EXPIRES 1213112021) - ACTIVE WALLA WALLA GENERAL BUSINESS - NON.RESIDENT - ACTIVE CHEHALIS GENERAL BUSINESS - NON-RESIDENT - ACTIVE KIRKLAND GENEML BUSINESS - NON-RESIDENT. ACTIVE BELLINGHAM GENERAL BUSINESS #028411 - ACTIVE GIG HARBOR GENERAL BUSINESS - NON-RESIDENT - ACTIVE LAKE STEVENS GENERAL BUSINESS. NON.RESIDENT - ACTIVE OLYMPIA GENERAL BUSINESS. NON-RESIDENT M1O2A. ACTIVE PORT TOWNSEND GENERAL BUSINESS - NON-RESIDENT - ACTIVE SPOKANE VALLEY GENERAL BUSINESS - NON-RESIDENT. ACTIVE SNOHOMISH GENERAL BUSINESS - NON.RESIDENT - ACTIVE FRIDAY HARBOR GENERAL BUSINESS - NON-RESIDENT - ACTIVE LYNNWOOD GENERAL BUSINESS - NON.RESIDENT - ACTIVE YAKIMA GENERAL BUSINESS - NON.RESIDENT - ACTIVE FERNDALE GENERAL BUSINESS . NON.RESIDENT #001484.0 - ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit, Tlris clocurnerrt iists the registrations, endorsenrents, and licenses authorized for the busitress namecJ above. By accepting this document, tlre licelrsee certifies the information on tlre application was complete, true, and accurate to the trest of his or her knowledge, and that business will be corrclucted in conrpliance with all applicable Washingtorr state, county, and city regulatiorts Expires: Jul 31, 2021 ASSOCIATED UNDERWATER SERVICES February 22"d,202L RE: 7.4 & 7.5 Stotutory Requirements - City of Kent To Whom lt May Concern, Associated Underwater Services lnc. does not and has not ever been disqualified from bidding on a public works contracts under RCW 39.06.010 or 39.12.065. Associated Underwater Services lnc. verifies that within the three-year period immediately preceding the bid solicitation date, our company is not a "willful" violator as defined in RCW 49.48.082,of any provisions of chapters 49.46,49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and lndustries or through a civiljudgment entered by a court of limited or generaljurisdiction. Nanci Donohue President Associqted U nderwater Services sus 3901 E Ferry Ave Spokane, WA 99202 Ph: (509) s33-6s00 Fax: (509) 533-6505 www.ausdiving.com Associated UnderwaterServices, lnc. a Spokane509.533.6500 a Kenmore 425.487'0329 a www.ausdivinq.Gom ASSOCIATED UNDERWATER SERVICES Section 1.6 - Training Associated Underwater Services lnc. has completed more than 3 public works projects and we are also EXEMPT from this training requirement as shown in the below snippet. A \, Wdhinqton Stite DP.panmenl of Labor & lndustries f Prr".,,rrlrr r; W,telr' lnltrt t! Altl(ldvtl ^!. \anrarrtha (.umptrrtr v @uarl R Public Works Dashboard Welcome Samantha Cunlpton wlth Associated Underwater Services, lnc' uBt'602 256 846 tir€n5e A55OCUS972BA @ Make sure you ftave ftled yourweeklycertlfled payroll alpons by Februiry 28, 2021 for all project wort durlng ?0?O' warch rhese rratnin vldeos to leam how to flle your repont and avold belng penallzed for f|lllng to flle. File New lntent Items Awaiting Your Action (-) I anr the p[ime contractor for the pro;ect No itenrs fottttd There were nor any itenls awaiting your actlon fottnd at this time My lntents and Affidavits 364 It Required Training 2A9 Manage PWIA Access Vielv Profile Contact Us l-l0 t-) t anr a subcontractor for rhe proje(t conrpany 5tatus Exempt My Projects il I i l+t i l+i i I My Sratus Not started My Certafied Payroll 7 t-I Vl.wTtainlng I!___-_, AssociatedUnderuvaterServices, lnc. o Spokane509.533.6500 I Kenmore425.487'0329 o !944fl-@!y!!S.com urF? Grant County PUD Diving Services Contract Project Data a a a a a Work Summary Associated Underwater Services Provides Grand County PUD with on call dive services as well as scheduled regular maintenance. Work includes submittals of written reports, providing diving services at Priest Rapids Dam, Wanapum, and O' Sullivan Dam. Diving activities are performed up to -150'of water. Work Scope included: Gate Sealing Sill Sweeps Fish Ladder Maintenance lnstrument lnstallations Structural lnspections Owner - Grant County PUD Prime Contractor - Associated Underwater Services, lnc. Project Name - Grant County PUD Diving Contract Place of Performance - Wanapum Dam, Priest Rapids Dam, and O' Sullivan Dam Period of Performance - 2014 -Current Dollar Amount - 5500,000 annuallY Point of Contact - Grant County PUD, Whitney Field (509) 754-5088 AssociatedUndenyaterServices, lnc. o Spokane509.533.6500 I Kenmorc425.487.0329 o !s4[-3!ls!yi!!S.@!!! t6 WorkSummary Associated Underwater Services was contracted by the City of Vancouver, WA to inspect the Westside outfall. This included an internal and external inspection. Work Scope included: e lnspection of Mechanical Joints o lnspection ofSupport Structures r lnspection of Diffusers r lnternal lnspection of Pipeline Owner - City of Vancouver, WA Prime Contractor - Associated Underwater Services Proiect Name - Westside Outfall lnspection Place of Performance - Columbia River, Vancouver, WA Period of Performance - MaY 2017 Dollar Amount - 530,000 Point of Contacl - Linda Jones, (360) 6t9-4124 AssociatedUndematerServices, lnc. I Spokane509.533.6500 o Kenmore425.487.0329 a !94[:3!l$iYiE949!!! L7 Work Summary Associated Underwater Services was subcontracted by JW Fowler to provide underwater support with the construction of Box Canyon Dam's Upstream Fish Bypass. This involved the construction of a dewatering structure and the installation of lntake Support Beams. Once the beams were in place, AUS divers installed Attraction Water lntake Pipes and Screens. Work Scope included: o lnstall Dewatering Structure r lnstall lntake Support Beams o lnstall Attraction Water lntake Pipes and Screens Owner - Pend Oreille PUD Prime Contractor - JW Fowler Project Name - Box Canyon Upstream Fish Bypass Place of Performance - Box Canyon Dam Period of Performance -June 2Ot7 - July 2077 Dollar Amount - 5635,000 Point of Contact -JW Fowler, MacKenzie lsom, (503) 623-5373,Mackenziei @fowler.com Associated Undenvater Services, lnc. a Office 509.533.6500 a Fax 509.533'6505 o www.ausdivinq.com Pleasant Harbor Marina - Anchor Replacement WorkSummary Associated Underwater Services was contracted by Maricopa Water District to inspect and replace the Anchor Cables after a severe windstorm had come through and damaged the Marina's breakwater. Over the course of this project, AUS divers replaced 15 fairlead plates, removed approximately 10 miles of old cables, installed 189 new cables, and installed 86 concrete blocks that weighed approximately 17,0001bs each. Work Scope lncluded: o Survey and lnspect Damage Caused by Storm r Replace Damaged Anchor Cables o lnstall New Anchor Blocks and Cables o lnstall Fairlead Plates and Bolts Under Concrete Docks o Position Dock Sections Owner - Maricopa Water District Prime Contractor- Associated Underwater Services Project Name - Pleasant Harbor Marina Place of Performance - Pleasant Harbor Marina, Peoria, AZ Perlod of Performance - Completed May 2019 Dollar Amount - S2.9 Million Point of Contact - Glen Vortherms, (6231546-8266, GlenV@ mwdaz.com AssociatedUndematerservices, lnc. o Spokane509.533.6500 o Kenmorc425.487.0329 a !@iy!4S@ La Plata lnta ke Screen Replacement Work Summary Associated Underwater Services was contracted by La Plata West Water Authority to install two intake screens with self-cleaning airburst systems. This project took place in the Alp Reservoir in near Durango, CO and reached depths of 87ft. Work Scope included: o Remove Old lntake Screens o lnstall New lntake Screens o Marine Operations o Pile Driving Owner - La Plata West Water Authority Prime Contractor - Associated Underwater Services, lnc. Project Name - La Plata Screen Replacement Place of Performance - Durango, CO Period of Performance - Completed July 2018 Dollar Amount - 5270,000 Point of Contact - Russ Howard, (970) 385-7L40, rhowarcl@alBproieEt'plg Associated Underwater Services, lnc. a Office 509.533.6500 a Fax 509.533.6505 a www.ausdivinq.com Lake Mead Gas Diving Project Data Work Summary AUS performed diving services to remove flange bolts from an lsolation Dome in the existing bulkhead at the Lake Mead Low Level Pumping Station. Four gas dives were performed at a depth of 270 feet of water with a 150 ft. air-gap to remove the bolts. Work Scope included: o Removal of Flange Bolts o Underwater burning at -270-foot depth o Mixed Gas Diving Owner - Southern Nevada Water Authority Prime Contractor - Barnard, lnc Project Name - Lake Mead Low Level Pumping Station Bulkhead Bolt Removal Place of Performance - Lake Mead 3, Boulder City, Nevada Period of Performance - October 2Ot9 -Dec2O2O Dollar Amount - 5480,000 Point of Contact - Scott Evans - Scott.Evans@Barnard-inc.com l-90 Floating Bridge Project Data Work Summary AUS was subcontracted to change out 32 -2318" diameter cables for the l-90 floating bridge owned by the WSDOT. During this project, AUS used a combination of mixed gas diving and ROV/sonar to accomplish their goals. Divers had to remove keeper pins, pressed out the cable pin, and installed a newly socketed spelter socket with a new pin. Over 196 dives were performed with no workplace accidents. Work Scope included: . Locate faulty anchor cables utilizing RoVs using multi-beam and single-beam sonar profiles r Replace faulty anchor cables o Provide 24-hour ROV services r Perform pre and post cable inspections Owner - Washington State Department of Transportation Prime Contractor -American Bridge Builders Project Name - l-90 Floating Bridge - Cable Replacement Place of Performance - l-90 Floating Bridge, Seattle, WA Period of Performance - February 2018 - October 2018 Dollar Amount - S1.8 Million Point of Contact - Ja red Carlson - l4t2l 63 1-1000 Associated UnderwaterServices, lnc. a Spokane509.533.6500 a Kenmore 425.487.0929 o www.ausdivinE.com ,t l\ t a- I 1 .1 \ I J l I I 11 i Itrl1'lr .)> q l*. !.;\:. SR 520 Floating Bridge Project Data Work Summary AUS worked in conjunction with other contractors to help construct the sR 520 Bridge which became the longest stretch of floating highway in the world and won the Grand Conceptor Award (one of Americas highest engineering awards) in April of 2017. AUS was responsible for Anchor connections, ROV inspections, and general bridge maintenance and construction. AUS performed over 275 dives over the course of this job, most of which reached an average depth of 205ft. and required the diver to spend twice their dive time in a decompression chamber. Work Scope included: r Perform Crack inspections and mapping r Perform KeelSlab Repairs e Perform Anchor Cable Replacements o lnstall Deviation Frames o Perform ROV inspections Owner - Washington State Department of Transportation (WSDOT) Prime Contractor- Kiewit/General/Manson (KGM) Project Name - SR 520 Floating Bridge Place of Performance - SR 520 Floating Bridge, Seattle, WA Period of Performance - June 2012'20L7 Dollar Amount - S5.8 Million Polnt of Contact - Kiewit/General/Manson, lan Rathke (4251576-775L Associated UnderwaterServices, Inc. a Spokane509.533.6500 o Kenmore 425.487.0329 a wwwausdivinq.com BP Cherry Point Refinery Project Data WorkSummary Associated Underwater Services has been providing underwater inspections and maintenance for BP's Cherry Point Refinery since its inception. AUS provides these services annually to ensure that the refinery's docks remain in full working order even with heavy usage, This typically involves a dive team performing anode and pile repairs as well as pile wrapping. Work Scope lncluded: r Anode Repairs r Pier lnspections o Pile Wrap Repairs . Oil Boom Anchor Hardware Replacement o Salvage and Recovery Owner - British Petroleum West Coast Products Prime Contractor- Associated Underwater Services Project Name - BP Cherry Point Annual Dock Maintenance Place of Performance - BP's Cherry Point Refinery Perlod of Performance - 2002 - Current Dollar Amount - 5350,000 AnnuallY Point of Contact - Haley Haman (360) 927-4508 Owner - King County Prime Contractor - Pacific Pile and Marine Project Name - Georgetown Outfall inspection Place of Performance - Seattle, WA Period of Performance - August 2018 Dollar Amount - S130,000 Point of Contact - Stewart Willis, Stewart@pacificpile.com WorkSummary Associated Underwater Services was subcontracted by Pacific Pile and Marine (PPMIto perform a video inspection of King County's Georgetown Outfall. This consisted of inspecting the easement area that was approximately 400' long and 20' wide. After the inspection AUS worked with PPM to replace the outfall. During the construction phase, multiple inspections were required to determine, elevation, cover, and a final "As Built" inspection. Work Scope included: . lnspect Construction Easement Area o Replacement of Outfall o OngoinglnspectionsThroughoutConstruction AssociatedUnderuaterSeryices, lnc. . Spokane509.533.6500 o Kenmore425.487.0329 a !@iy!!!89!!! 18 Associated Underwater Services I Vice President | 3901 E Ferry Ave, Spokane, WA 99202 Kerry Donohu€, Vice President Kerry possess over 35 years of experience in the commercial diving and tunneling industry. ln the role of project manager, dive supervisor, and ROV Pilot he has successfully and efficiently worked with an array of companies and agencies making Associated Services a leader in the Diving industry. Kerry's relevant project experience includes the following l-90 Floating Bridge I S1.8 Mlt I Feb 2018 - Oct 2018 AUS was subcontracted to change out 32 - 23/8" diameter cables for the l-90 floating bridge owned by the WSDOT. During this project, AUS used a combination of Mixed Gas Diving and ROV/sonar to accomplish their goals. Divers had to remove keeper pins, pressed out the cable pin, and installed a newly socketed spelter socket with a new pin. Over 196 dives were performed with no workplace accidents. r Owner: WA State Department of Transportation o Prime: American Bridge Builders o Prime POC: Jared Carlson 4t2-63L-1000 State Route 520 Floating Bridge, Seattle, WA I S5.8 Mlt I Completed: June 2017 AUS assisted in the development of the bridge from the water line down during construction. Using years of expertise AUS utilized the old 520 Bridge's anchor cables, welded and installed deviation frames to hold the new 520 Bridge in place. Mixed Gas Diving and ROV/Sonar was used to complete this project. o Role: Subcontractor o Owner: WSDOT | 310 Maple Park Avenue SE, P'O. Box 47300 Olympia, WA 98504 | (360) 705-7200 o Prime Contractor: Kiewit/General/Manson (KGM), 3015 112th Ave NE Suite 100, Bellevue, WA | (425) 318-5296 Lake Mead Shaft Diving I 5600,000 | Oct 2018 - April 2019 AUS Diving was contracted to provide a Deep Gas Diving Crew and ROV Crew for the removal of the existing Surge Shaft Bulkhead. Utilizing the ROV and Dive Crew in 295 feet of water. r Owner: Southern Nevada Water Authority r Prime: Barnard of Nevada o Prime POC:Jordan Hoover iordan.hoover@barnard-inc.com ASSOCIAIEO UNDINWATEN SERVICES Firm Name Associated Underwater Services Education Seneca College King City, Ontario, L978 Years of Experience 35 Associated Underwater Services I Vice President I 3901 E Ferry Ave, Spokane, WA 99202 Associated Underwater Services I General Manager | 3901 E Ferry Ave, Spokane, WA 99202 Kirk Neumann, General Manager Kirk Neumann, general manager for AUS, has been with the company since its inception and has over 35 years of experience in both the commercial diving and tunneling industry. His extensive experience in underwater and heavy civil construction is further enhanced by his background in engineering and inspection. Kirk's past projects have included work on dams, bridges, docks, outfalls, intakes and offshore oil rigs. Kirk's relevant project experience includes the following. Pend Oreille River Pipeline Crossing I 5322,000 | AUS was subcontracted to assemble the barges, survey the rock placement, and supervise the barge operations. AUS provided rock placement monitoring using the SeaEye Falcon ROV unit' A multibeam sonar system was used to provide a before and after hydrographic survey of the pipeline easement. o Prime Contractor: Senlson Companyl Jason Avlord, ialvord (dsnelsonco.com Kalispeltribe Fish Hatchery I 5900,000 | Associated Underwater Services was contracted to float out and connect HDPE pipe to the intake screen at the Kalispel Tribe Fish Hatchery. To do this, AUS had to remove the old 8" intake screen and install an 8" to 10" adapter with a new 10" intake screen. After the adapter was installed AUS divers secured the pipe to anchors going towards the shore and performed a post-installation inspection. o Prime Contractor: McMillen Jacobs I Derek Nelson, dnelson@mcmiac.com Lake Mead 2 | 52.75 Million I AUS was subcontracted to perform ROV and diving operations to assist in the construction of Lake Mead 2's Water lntake. First, the intake shaft was excavated downward drilling from the lake surface. Then a steel liner was installed and grouted in place with a bulkhead cap. Second, the intake tunnel was driven eastward to connect to the bottom of the shaft. Third, the tunnel and shaft were flooded. Fourth, the stainless-steel cap was removed, the flared inlet installed. And finally, the rock deflector cage was installed. Divers were utilized for both topside support and diving operations to a depth of 240 feet. o Owner: Southern Nevada Water Authority I Ann Gothro (aO2l 734-9200 ASSOCTATtD UNDmW TtR S:RV|C[S Firm Name Associated Underwater Services Education o A.A.S. in Mechanical Engineering - South Seattle Community College, 1983 r DIT Commercial Diving Certificate 1984 Years of Experience 35 Years Associated Underwater Services I Dive Supervisor | 3901 E Ferry Ave, Spokane, WA 99202 Chris Calero, Dive Supervisor Chris has twenty years of experience in the commercial diving industry. This experience is varied and includes project management, dive supervising and diving in underwater construction on or in nuclear facilities, hydroelectric facilities, industrial plants, pulp mills, bridges, shipwrecks, caissons, water treatment plants, and potable water facilities. All the projects were executed with safety as the paramount concern. Chris's relevant project experience includes the following. Chehalis | $75,000 Estimated I May 2Ot9 -Current Associated Underwater Services was subcontracted by Quigg Bros, lnc. to perform the underwater portion of the Chehalis River Bridge Foundation Scour Repair Project and perform a final construction inspection. o Role: Subcontractor o Prime Contractor: Quigg Bros, Inc. I Ben Jones, Beni@quiesbros.com l-90 Floating Bridge I $r.g Million I February 2018 - October 2018 AUS performed bridge cable inspections and change outs for the construction of the l-90 floating bridge. o Prime Contractor: American Bridge Builders I Jared Carlsson (412) 631-1000 State Route 520 Floating Bridge, Seattle, wA | $5,800,000 | Completed: June 2017 AUS assisted in the development of the bridge from the water line down during construction. Using years of expertise AUS utilized the old 520 Bridge's anchor cables, welded and installed deviation frames to hold the new 520 Bridge in place. o Prime Contractor: Kiewit/General/Manson (KGM), 3015 112th Ave NE Suite 100, Bellevue, WA | (425) 318-5296 ^SSOCIATED UNDERWATER SERVICIS Firm Name Associated Underwater Services Education Divers lnstitute of Technology, Commercial Diver Certification, Seattle, Washington 1995-1996 Years of Experience 20 years Associated Underwater Services I Dive Supervisor | 3901 E Ferry Ave, Spokane, WA 99202 Andrew Moore, Dive Supervisor Andrew Moore has been working with AUS for over seven years. His aptitude in diving has led him to be an excellent supervisor. Andrew has extensive knowledge of both fresh and saltwater diving. Andrew is also well versed with both pier and sediment inspections. Andrew's relevant project experience includes the following Coleman Dock I 5250,000 | 2ot7 - Current Associated UnderwaterServices has been providing pier inspections and repairs for Coleman dock since 2017. This work has included pier inspections, pile cut offs, debris surveys and general repairs' o Role: Subcontractor o Owner: Washington State Department of Transportation, Ferries Division | 29OL 3'd Ave, Suite 500, Seattle, WA 98121 o Prime Contractor: Pacific Pile and Marine | 700 S. Riverside Drive Seattle, WA 98108 | Kim Coillot, (2061331-3873 lDlQ Master Service Agreement USACE I 5150,000 annually I August 2016-Current AUS provides Emergency and On-call diving services to the Walla Walla District, United States Army Corps of Engineers. This master service agreement has included ROV inspections, dam maintenance and other diving services. o Role: Prime Contractor o Owner: United States Army Corps of Engineersl 201 N. 3'd Ave, Walla Walla, WA 99362 | Troy Gilbert (509l.527-7114 I 90 Floating Bridge I $r.e Mlt I Feb 18 - Oct 18 AUS was subcontracted to change out 32 - 2318" diameter cables for the l-90 floating bridge owned by the WSDOT. During this project, AUS used a combination of mixed gas diving and ROV/sonar to accomplish their goals. Divers had to remove keeper pins, pressed out the cable pin, and installed a newly socketed spelter socket with a new pin. Over 196 dives were performed with no workplace accidents. o Role: Subcontractor r Owner: WA State Dept. of Transportation o Prime: American Bridge, Jared Carlson - (4t21631-1000 lssocrAtED uxDEtf,ATCl IEIYICES Firm Name Associated Underwater Services lnc. Education Divers lnstitute of Technology, March 2007 Years of Experience #t4 Associated Underwater Services I Dive Supervisor | 3901 E Ferry Ave, Spokane, WA 99202 Mike Mars, Dive Supervisor Mike Mars has worked in the diving industry for 30 years and has been a dedicated team member of Associated Underwater Services (AUS) since its inception. Mike's extensive experience and skill makes him a valuable asset to AUS were he successfully occupies many roles. These roles include, but are not limited to: project supervisor; dive supervisor; diver; and mixed gas diver Mike's relevant project experience includes the following l-90 Floating Bridge I $r.e Million I AUS performed bridge cable inspections and change outs for the construction of the l-90 floating bridge. o Prime Contractor: American Bridge Builders I Jared Carlsson (412) 531-1000 o Owner: WSDOT | 310 Maple Park Avenue SE Lake Chaplain Water Outfall lmprovements | $160K I Associated Underwater Services installed/sank approximately 4000' of HDPE Pipe ataTO' depth and attached the pipe to anchor blocks. o Prime: Stellar J o Owner: City of Everett | | Mike Robinson, Public Facilities Manager - m robinson (@everettwa.gov State Route 520 Floating Bridge, Seattle, WA I 55,800,000 | AUS assisted in the development of the bridge from the water line down during construction. Using years of expertise AUS utilized the old 520 Bridge's anchor cables, welded and installed deviation frames to hold the new 520 Bridge in place. o Owner: WSDOT | 310 Maple Park Avenue SE, P.O. Box 473OO Olympia, WA 98504 | (360) 7O5-720O o Prime Contractor: Kiewit/General/Manson (KGM), 3015 L12th Ave NE Suite 100, Bellevue, WA | (425) 3L8-5296 I ASSOCII'ED UTDETUAIEN SEiIICES Firm Name Associated Underwater Services lnc. Education Divers lnstitute of Technology, Seattle - 1988 Years of Experience 30 Years Diver Air Control System Two Way Diver Radio for Communications Top Side Video Unit with DVD Recording Underwater Video Camera with Light t tr i*6!43,-- Dive Compressor Hydraulic Package Dive Decompression Chambers Trash Pump for Debris Removal Pressure Washer Volume Tank I tr'. = f \., .--r-- -'---# -{_=.: :,j AUS Diving has 2 Skiff w/outboard motors and 9 Large Diving Vessels Il l,"l I l! t't I Vrl rl i I I I Ir I u *,* Man Basket rt J' AUS Diving has a fleet of work trucks, registered with DOT 01 at Seaeye Falcon ROV vLBV i iG 4d ,.4 F lb L/' **AUS Diving has two shops in WA state with additional equipment Associated Underwater Services Credit lnformation Company lnformation 3901 E Ferry Avenue Ph: (509) 533-6500 Fax: (509) 533-5505 Spokane, WA 99202 Website: www.AUSDlVlNG.com Year Established: 2002 Type of Entity: S Corporation Officer: President - Nanci Donohue Office: 509-533-6500 Cell: 760-27L-O261 Email: Nanci(Oausdivins.com Officer: V.P. Kerry Donohue Office: 509-533-6500 Cell: 509-981-0993 Email: Kerrv(oausdiving.com Home Address: 11160 Grand Summit Blvd. Dripping Springs, TX78620 Bank Reference Banner Bank - Account Manager: Robert Dietz Phone: 509-892-4605 Email: RDietz@bannerbank.com Address: 41 W Riverside Ave, Suite 100 Spokane, WA 99201 Business Checking Account: 310005293 Line of Credit: 5500,000 in available funds with a zeto balance References Vendors: Dive Commercial- 7058 15th Ave NW Seattle, WA 981.27 Oxarc - 4003 E Broadway Spokane, WA 99202 Amron lnternational - 1380 Aspen Way Vista, CA 92081 Fasteners - 5220 E Broadway Spokane, WA 99202 lnland Pacific - 4LL0 E Trent Spokane, WA 99202 P: (206) 784-s0s0 P: (s09) s3s-7794 P: (760) 208-6s00 P: (s09) 53s-42LL P: (s09) s3s-8321 F: (206) 286-2723 F: (509) s3s-0368 F: (760) s99-38s7 F: (509) s3s-8281 F: (s09) s34-8808 Clients: Grant County PUD - Whitney Field, Hydro Contractor P: (509) 754-0588 E: Wfield@gcpud.ore Avista Utilities - Craig Bourassa, Dam Engineer P: (509) 495-4323 E: Crais.Bourassa@avistacorp.com McMillen Jacobs - Kyle Desomber, P.E., Lead Mechanical Engineer P: (208) 955-8276 E: Desomber@mcmiac.com City of Seattle - Lloyd Dixon, PE P: 206-385-9854 E: lloyd.dixon@seattle.eov USACE, Walla Walla District - Brooke Moore, Contract Specialist P:509-527-7913 E: Brooke.N.Moore@usace.armv.mil t *flnnril aaaaa aJaaa aalaa .//aa taa/Jaalaaaa zta,ltataa.aa .atl/a /aaaa4 fllr|arnl*,.L. 5raawl'[grFru.f Fas? HflreGlX??ffi P Fnla85"a@ F GSill.e$4oci cALtBE Lo EiElil rfllf.ilr Dq[fItE $nctErrlll}}.aort Ermlt dhulldlllrtFom toury 14, X02l f,e: Assxirmd Unrlenntrr S:wices, hc. TbWb.@ItMayComeu Tbis ldtrr is to cmfitu ltat Astocirtrd Undosat:r $an'icrs, I!c. is pe<nalifird witb i* rur$ycoryny, er f,ollo,ws: Surfhc brrrure Conpury -AJr{. Brst-s Sefiry: A. filasfiil Siae: VII !103 Gity[tcst Bhd, $uih 1300, HotrstEo, TX 7?O{2 11,000,000 SirEtG Lioit I t5,000,000A*reEFft LiEit $uch nnquatificrtion flrd agrgrnl lusdd bc codilioned oa rcug{ebh udt|TtdfilE **ido"ti* such as: cobnct tcrrs, bod foamr, coofrudioo of, ntisfictory 6nnd-t aul a ftvorabh rgrrinct of crunutuadrildtilE iDf$rlrti@ rt lhr lim oflt: rrqlrlct &rbmd(s). Tbig bthr is rct rlr erqopti@ of liebility, aor is it a bid bo'u4 e grrfotuum bod c tatu rnd ultcsial p.yEFrf bod- tt & i!3md ooly rs a bodilg rtf,crrelrce rr4Es$.d A,ouusby ourdiort. slruuhl yuo ruluirt rrryihiuE fiurl-r iu ilri: r:garl, p!ur: G*I Se: lu culrtt re dn edy rt (S32) 4$54{l??. Siocerely, c TcmaaD. Kclly Firsr Viee Pre:idest-SurEry -Alliur lanuence Scolvices, h.- Atlomey-h-Fac,t - SureTec bsulerxc Coopary 44'It? 23 KIA SureTec Insurance Company I.TMITE]T TOTVBR OT' ATTORNEY f,id".41 ,ifn 6r lir frrru'i lhr sulf ttc lbrsunr!{t]E coillF^t{Y (rix 'td4otr/'} ! (spn rin drtt ortrnitld rnd crich! lxftr rh; tiurrf thr strlr of Tf'nr. rrd h*ing i{r rriftiplll utne in llmnm. lhri! t'fft}, T.ut, dG hy lhf* F*tt! ntrl!, roonhutc rnl tl{$il i! tru! rnd lsfll Ailoref .ir.k! whh firll gtrr sd ilrhffiry hcEty .ffftmd n tu orilr. ttu6-. rd rlsd, ln q.aor, xtHl6+t ,r!td*liyF rtlnrlrll brindr,n$fnir*ti,rdur*if, fi r*$ritrrtmroil! s mtrrlrafrumtythltlDislud!rdrslollt( .sutllurr of sil[1+t *[d crFar.tdi ct lF{rJ f't , ltqrdinl llE hlnl r*nlllt .krt Hl lx*d n te bid $r CtrrTolE {hfrb! I lully ud m lo trnr utcr il if ,Kh bord s!ro !i[Ed hy lh! IGI&rd, tEL'l-tllh ftc torydnr r+rl o(thf Comnary rd frrlr rit${rd bi n} Scwtry. h(il&t dliftiil! nd snfiflninf, rll lh* lhr nid t\ll{my'itr'Ixl nr! do in lh( FEmlsa. Srl'rdsflerg tr rtltc ui*r sd ht rlltrorlrl ol i* lrllnrhrB ]ctolutiorr 0f llts fl.sn, p( f)t*loq G{ fta 5trFTa. lunntc ttngo,'1.. f" I i"..*of ad tl,t fhEtldr dr: VBst*rir..{ .D ,brilnl fir..ltisiilcnl. .rJ $*drt rt.t} Arqh[ JSthrt.at.ll lr trtl it ifldi! EIAI gi6 ftll tdd &t idiilitt o t{+dri ul oF or n* rotlllk FrurE u AenHt+il+rl h ltlc{rl .rJ#l b. sBldt Llultdf rlfOar0rr0 rili.tl E 9rfull4ll8Fro{lrlh ,{$ne}. Ir lict ;r{ bc fier fUt pors ro} ilfrdu fta rtrt lr' ia ltr ul xd of lqidl ol6r Cur$tr], lo.i4rtk, ]krslsqr u}t ddhs. rU m, rlt torOi mf rlos q*rrtr tl$(mu q t}lffilr! u}.t 0itls Nrdllhol or nalhtnl! ldcr$illtt ri! rlt ild Jl roq nl ,lsrurr,lr rrnrll3 or tmlrrttg lts {tlDFx!} litrilitf ltilflnd{t. $d s0 ath brnuhll a alsrlart $ rl!- $lt ,dr.rr).ift.tsidElrhrbhdr!rgfln.ibFtsr!xriagqdt!rt I'FrldFrtrdsddud(Goi$,tVlht(fllDr.t.lfirrll{} rr , r;rnld, tu rFL tip.rf ni rrq t,rtriioJ-r{frrr sl si rf tk {t'FF{t ltsmofm tr htNltfi rfiLsJ tu fl! !s tt of ltffit qr rri ril/ifMts 6l.ti'3 driarr * Ieririic rki rI FFlr nl ilF(-a cr .dif# bsFrl asrnr* {Itrrxr ff ib-trilr! Kl thll bY r.lil $i bir,lil6l1rr' *iCl*rtr&! eiF rst*.t ts 5i inr,! a rrrht*irg ur shit il ir rlklsl il$Tl*l,r t ffitttr ltiy',* rli d.i'f,",tnrl tr ,ltb|gr $lrrl{rj.51,:8l:JtC tl'lst:S.4ttcE COMPAIIY hu (flry1llrr( prq*t*r tu i{ tifnd hy ilt lntidml Dd i5(gtposl( sll p h< nrcto etlhnt rtrtr I Gth drt 6f l*rr.h. .t.lt. 2o"rn. !t& Dt tcls csnS ol llrrh str -ttjEtllc H. coHr^Nv Si Sh ter&J ,t ht4t, iD- $S b&* dd {i.i'.dl} si. iH[.] C $.lrd] ! x. bir" hlq hnq[r.dJdt i6u(. Jild?- -'rrt' out hr ftrlds I l!rulor\ I irl, rri.t ln lr Rttiddr d;tlftl:llC lHit rlLrL\t.U (tltll'A.1lY. lld Nqtrrl rl*ritrl i rrl rfiicL mdd,llt rhd Elnmt;||.1lx lHrtrG ul+tdil(.bilpililt$Ar xJllRrdu sld llmffil trt6i afiFtd! sal;*l n cr r ttEila lt} e& ofdts nsadnrrF.{txl$ l4q+rrt;ma llq & r!F*!halw lhrN{h} lllr Fi&r I .:- i '': ,1 .':--J-i-4--- frilrr Srftd, NDlrfl I'ub* - H-{ Mffihrkb nq*h llreh 30. illl I l. Lt. tftut l|.dt! AnrLd Sedrt dslllu.f f!: ll{{lllat{[[ {IxrlPrrt, dt' irBrll ..ilrb O{ ltF r{Frilt lqnFn{ er tq rh, rffil.dl} Dtr lb{ri st AitExt. b.lret lr, ad {'xnFEti rli!{ ir ttll in tdl fitrr id ctk€li rEl ftFltmfl. O( Frrlafitr of lhr llst of fllEddrt- tl Nt k 6a l\fl46 of rl&lrEr rrtin flll &tittrj tlfci 6irsr urraq nrl hpl un:l tkt xel ulp;l forntry u llourtln. tnn. lhir !!S. - *y of 2Ott , Alt. fir lmlrvmnt lr$.rtr Hflr ol Egfinj rura *t rerywid.rrd rluwr ol ilbltf' a Ady*ilaltF ol to.mdu oldirlmr tos fl.{ clllOltr luaol!.n, bslrrt drt hlfr.n 1$ h-d!f+m cll rtrrAltllD h Form (Rev. October 2018) Dgpartment of the Tr€asury lnt6rnal Revenue Ssrvice you have failed to report all interest and acquisition or abandonment of secured other than interest and Request for TaxPaYet ldentification Numbet and Gertificationw-9 Give Form to the requester. Do not send to the lRS. ctoot(! CL Co.oOEtLo>EPO otrz, at 4o ':t d,ILo o)d) U) ) Go to www.irc.govlFormW9 for instructions and the latest information. ame shown on your income tax required on this line;not blank. Associated Underwater Services Inc 2 Business name/disregarded name, if different lrom above 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) _ Exemption from FATCA reporting code (il any) (Appll6 to accunts malntalred ouElde lhe U S,) Requester's name and ress (optional) 7 List account numbe(s) here (optional) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding.For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part l, later. For other entities, it is your employer identification number (ElN). lf you do not have a number, see How to get a orI/M later. Note: lf the account is in more than one name, see the instructions for line 1. Also see What Name ai,nd Number To Give the Requester tor guidelines on whose number to enter' Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the lnternal Revenue Service 6RSi that t am su5;ect to uu"tirp withholciing as a resuit of a failure to report all inlerest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Gertlfication instructaons. You must cross out itom 2 above if you have been notified by the IRS that you are currently subject to backup withholding because not apply. For mortgage interest paid,dividends on your tax return, For real estate transactions, item 2 does property , cancellation of debt, conkibutions to an individual retirement anangement (lRA), and generally' payments must provide your conect TlN. See the instructions for Part ll, later.not required to sign the certification, but You Sign Here oa]r-> or/osl2o2t . Form 1099-DlV (dividends, including those from stocks or mutual funds) o Form 1099-MISC (various types ol income, prizes, awards, or gross proceeds) . Form 1 099-8 (stock or mutual fund sales and certain other transactions by brokers) . Form 1099-5 (proceeds from real estate transactions) r Form 1099-K (merchant card and third party network transactions) o Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) . Form 1099-C (canceled debt) . Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TlN. lf you do not return Form W-9 to the requester with aTlN, you might be iubject to backup withholding. See What is backup withholding' later. you are General lnstructions Section references are to the lnternal Revenue Code unless otheruvise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go Io www.irs.govlFormW9' Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (IlN) which may be your social security number (SSN), individual taxpayer identification number (lTlN), adoption iaxpayer identification number (ATIN), or employer identification number (ElN), io report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. . Form 1099-lNT (interest earned or paid) g Check appropriate box lor federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ! tndividual/soleproprietoror ! ccorporation E scorporation n Partnership I Trusvestate single-member LLC ! t-imiteO liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) >- Other instructions) ) 5 Address 3901 E Ave street, and apt. or suite no.) See code6 City, state, wA 99202 security number Part I identification 3 4 1 6 86I05 Part ll Signature of U.S. person ) Cat. No. 10231X rorm W-9tDv. 10-2018) AtrIGIaI{AVING TO PLEDGE TO SUPPORT THE PURPOSES OF THIS ASSOCIATIONASSOCIATED UNDERWATERSER\ICES, INC.IS RECOGNIZED AS A GENERAL MEMBER FOR THE CURRENT YEARSCOPE OF WORK: COMMERCIAL DIVING AND MARINE SERVICES202rPhil NewsumExecutive DirectoroSince 1968IMEMBER # 2085 WBEN@WOMEN'S tsUSI NESS ENTERPRISENATIONALCOUNCIL,OIil FONCEI. 3UCC€ED TOSCTllEF.hereby grantsUs Bu$inGss EnletpdsetoAssociated Underwater Serviceswho has successfully metWBENC's standards as a'Women's Business Ente-lprise flfBl).This certification affirms the busineis is woman-owned, operated and controlled and is valid through the date herein.WBENC National WBE Certification was processed and vdidated by Women'sBusiness Enrerprise Council - Pacific, a WBENC Regional Partner Organization.Certification Granted: August 30, 20L9Expiration Date: August 31,202LWBENC National Certidcation Number: SrgE f m f y347g**WBE@PACIFICWOMEN'S BUSINESS ENTERPRISE COUNCI LAuthorized byJanice Greene, PhD, President & CEO'Women's Buiiness Enterprise Council - PacificAZWBEGSOUTH WBEGWESTWOMENSar rarNrEcc@c.'ffi oBusiness (\COUNCIL VBugtNEssfruFcrLffi*-itrWOMEN5Eij S li\i =5SOEVELOPMENTCENTERW"Q,H-@,.EA"sJ w_p.F*c;r_p"*rpa W,FF-G-p-RY/D rorrr mrrrorm'A awrutw. VVBEN@WOMEN'S BUSINESS ENTERPRISENATIONAL COUNCILJOIN FORCES. SUCCEED TOGETHER.HEnEBY GRANTSWoMAN Owxeo SuLll- BusrNEss (WOSB) CERTtFtcATtoN ToAssociated Undenvater Services, Inc.The identified small business is an eligible WOSB for the WOSB Prograrn, as set forth in 13 C.F.R part 127 and has been certified as such by anSBA approved Third Party Certifierpursuant to the Third Party Agreement, dated June 30, 201 I, and available at www-sba.gov/wosb.The WOSB Certification expires on the date herein unless there is a change in the SBA's regulation that makes the WOSB ineligible or there is a change in theWOSB that makes the WOSB ineligible. If either occurs, this WOSB Certification is immediately invalid. The WOSB must not misrepresent its c.ertificationstatus to any other party, including any local or State govenrment or contracting ofEcial or the Federal government or any of its contracting officials.frr.*-Janice Greene, PhD,Women's Bnsiness Enterprise Council- PasificEnterprise hesident & CEO.4rrrrr-,F.;,.--8;r-,-.-'BE@PACIFICPamela Prince-Eason, WBENC President & CEOWOMEN'S BUSINESS ENTER PRIS€ COUNCILCertification Number: LOSBI 91 5,14Epiration Date: August 31, 2021\NAICS: 561990,237990UNSPSC: 25111 510, 7 1122301, 72141200, 721 41215, 72154007Laura Taylor, WBENC Vice President STATE OF WASHINGTON OFFICE OF MINORIW AND WOMEN'S BUSINESS ENTERPRISES 1110 Capitol Way South, Suite 150' PO Box 41160 'Olympia, WA 98501 (360) 654-9750'Toll free 1-856-208-1064' Fax (360) s86-7079 February 18,2020 Associated Underwater Services, Inc. DBA Associated Underwater Services, Inc 3901 E Ferry Ave Spokane, WA99202 DearNanci Donohue, Congratulations! Your firm has been certified by the Washington State Offrce oflvlinority and Women's Business Enterprises (OMWBE) as alanWomen Business Enterprise (IMBE). Information about your business is published inthe oMwBE Directory located atMp:lhrtJy!2sa4zL2. Certifi cation Number : W 2F 0024066 Anniversary Date: February 18,2023 Please review each of the following: . Every three years before your anniversary date, you must submit an "Affidavit of Continued fligi-bitity." This form confirms there have been no changes that would affect your firm's ability to remain "irtified, such as changes in ownership, control, size, management responsibility, scope of work, or personal net worth. OMWBE will send you an email 75 days before your anniversary date . you -,rsf infor* the OMWBE in writing within 30 days of the any of the changes listed above by loggin into our system at http://omwbe.wa.gov/certification. Failure to notiff our offtce of these changes may affect your firm's eligibility for the program. o This certification shall remain valid unless and until it has been removed in accordance with procedures set forth in WAC 326'20'172. We are pleased to certi$ your firm and wish you much success. If you have any questions or need assistance, please contact us at (360) 664'9750. Sincerely, Michael Preston Certification Analyst Your firm is certified in the following areas Business Description: Provide underwater construction, maintenance and inspection contract services and topside support for marine construction,Diving, Underwater Construction, ROV, inspections, Multibeam and Sonar / Marine Construction North American Industry Classification System (NAICS) Codes: NAICS 237990: MARINE CONSTRUCTION NAICS 561990: DIVING SERVICES ON A CONTRACT OR FEE BASIS Sign up in the Washington's Electronic Business Solutions (WEBS) if you wish to receive solicitation noti""J from state agencies, local and tribal governments and non-profit organizations throughout Washington State. Iiyou have any questions about WEBS, please contact the Department of Enterprise S ervices at 3 60 -9 02-7 400 or webscustomerservice@.de s.wa. gov. Leammore about doing business with the state: http://bit.lyDoBizWitbWA. Nanci Donohue Associated Underwater Services, Inc DBA Associated Underwater Services Inc 3901 E Ferry Ave Spokane, WA99202 Dear Donohue: Congratulations! The Idaho Transportation Department (ITD) DBE Certification Committee met, and after careful review votel to certiff your firm as an Idlho Certified Disadvantaged Business Enterprise (DBE) under the regulations set forth in 49 CFR 26. As a DBE firm, your company will be placed in the Idaho Transportation Department's DBE Directory, which is available on-line at https:/itd.dbesystem.com. T[re directory confirms your DBE certification, and the work areas in which you are certified to perform, to other companies and government agencies' In accordance with regulation 49 CFR Part 26.S(h), a firm's DBE certification will remain in effect indefinitely, provided that aNo Change Affidavit is submitted every year to ITD affirming that no changes have occurred to render the firm ineligible to participate in the DBE Program. However, if ITD has reason to conduct a certification review, and upon findiig sufficient and compelling reasons that a firm is no longer eligible to participate in the DBE program, it will decertiff the firm upon finding noncompliance with DBE regulations. your anniversary date for submitting your Annual "No Change" Affidavit is February 15,2021. You will receive notification to log into your on-line account and submit your No Change Affidavit and other documentation on January 1. Changes in youriompany's management or ownership structure during the certification period must be reported immediately to ITD. We are pleased to include you among our DBE firms. If you have any questions about your DBE certification or need assistance with another related issue, please call the Offrce of Civil Rights at (208) 334-8567 Sincerely, ESTER CEJA DBE Program Coordinator Offrce of Civil Rights Idaho Transportation Department POBox7I29 Boise,ID 83707-1129 itd@dbesystem.com https ://itd.dbesystem.com business"uur€@h & CERTIFICATION OFFICE FOR BUSINESS INCLUSION & DIVERSITY December 18,2020 Nanci Donohue Associated Underwater Services, lnc DBA Associated Underwater Services lnc 3901 E FerryAve Spokane, WA 99202 Re: DBE Certification Confirmation Oregon Certification No.: 12916 Dear Ms. Donohue: Congratulations! Your business has met the federal eligibility criteria as established in 49 CFR 23 and 26. Effective the date of this tettei tne Certification Office for Business lnclusion and Divbrsity (COBID) has certified your firm as a DISADVANTAGED BUSINESS ENTERPRISE (DBE). As a COBID Certified Firm, you shall be subject to all Federal and State laws. your certification in Oregon begins the date of this letter. Continued certification is contingent upon meeting the requirements of 49 CFR 23 and 26, which includeJ reporting on a yearly basis. Reporting will occur each year on the anniversary date of your certification. you are also required to notify COBID within 30 days of any material change in your firm, including changes in ownership, control, operational management, address, or contact information. Submit notification through our online e-application system (nttBs'lloregon4bii.diversitysgftware.com), via U.S. Mail, or by email to cobid.web@oregon.gov. Notification must include any iupportingilocumentation-Failtre to inform COBID of changes or failure to respond to requests for information may result in decertification. your Company is now in the Directory of Certified Firms and publicly available at www.ORcobid.com. We recommend that you regularly view'your firm's information in the directory to confirm your contact information is current and that the description and ttAlCSliilCp iodes listed accurately describe your services and/or products. Your inclusion in our directory is key to vendo_rs and agencies identifying and confirming your certifitation in Oregon. As long as your firm remains in the directory, you are certified. You will receive future notification regarding yearly reporting requirements. You may now receive credit on contracts containing COBID Certified inclusion and diversity goals. NAICS 237990: MARINE CONSTRUCTION NAICS 561990: DIVING SERVICES ON A CONTRACT OR FEE BASIS NIGP 95935: CONSTRUCTION SERVICES, GENERAL MARINE lf you have questions regarding your certification and the codes assigned, please contact our office and I can assist you. Sincerely, DanielJackson Certification Specialist ll Nanci Donohue Associated Underwater Services, Inc DBA Associated Underwater Services Inc 3901 E Ferry Ave Spokane, WA99202 Dear Donohue: Congratulations! The Idaho Transportation Department (ITD) DBE Certification Committee met, and after careful review voted to certiff your firm as an Idaho Certified Disadvantaged Business Enterprise (DBE) under the regulations set forth in 49 CFR 26. As a DBE firm, your company will be placed in the Idaho Transportation Department's DBE Directory, which is available on-line at h@s://itd.dbesystem.com. The directory confirms your DBE certification, and the work areas in which you are certified to perform, to other companies and government agencies. In accordance with regulation 49 CFR Part26.8(h), a firm's DBE certification will remain in effect indefinitely, provided thataNo Change Affidavit is submitted every year to ITD affirming that no changes have occurred to render the firm ineligible to participate in the DBE Program. However, if ITD has reason to conduct a certification review, and upon finding sufficient and compelling reasons that a firm is no longer eligible to participate in the DBE program, it will decertiff the firm upon finding noncompliance with DBE regulations. Your anniversary date for submitting your Annual "No Change" Affidavit is February 15,2021. You will receive notification to log into your on-line account and submit your No Change Affidavit and other documentation on January 1. Changes in your company's management or ownership structure during the certification period must be reported immediately to ITD. We are pleased to include you among our DBE firms. If you have any questions about your DBE certification or need assistance with another related issue, please call the Office of Civil Rights at (208) 334-8567 Sincerely, ESTER CEJA DBE Program Coordinator Office of Civil Rights Idaho Transportation Department POBox7129 Boise, ID 83707-1129 itd@dbesystem.com https ://itd. dbesystem. com Friday, July 14, 20t7 To Whom It May Concern: Re: Signatory Authority for Associated Underwater Seruices Inc. I, Kerry Donohue, Vice President of Associated Undenruater immediately hereby allow Michael J. Eakin, Sr. Estimator / Busi all proposals, bid documents and contracts on behalf of Inc. Respectfully, Kerry Donohue Vice President Associated Underwater Seruices, Inc. Notary State of: Washington County of: King Signed or attested before me on:cl My commission exPires on: q a ces Inc., effective Development to sign Undenruater Seruices, ( LINDSAY M DOWNES Notary Publlc State of Washington My Appolntment Expires Sep 3,2021 ASSO(:,IAT ED U NDERWATER SERVICES Associated Underwater seryices, lnc. a office 509.533.6500 O Fax 509.533 . u4444$sdiv!!s@ 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 (February 23,2O2L), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)' ( Bi e usiness Name Si gn ature of Authorized ial* lYl,c lt*/ J. {o /a'a , Printed Name ;,6s{,^o/,rt Title l/**on 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. Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 2L February 8,2O2L 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 (February 23, 2O2L), 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 coutt 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. ilq,1rrr*llufinzr,br luu,*< .,1*, Bidder's Business Name sig ture A c Printed Name rized Official* 5, 6o {on Title a ft>{eu M*l//L,ilG-- -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. Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 22 February 8,202L PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one hundred twenty (12O) 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 fhe address stated below.addressed to the undersigned atI Receipt of Addendum No.'s to the Plans and/or ed. Failure to acknowledge receipt of the addendaspecifications is hereby ackn ow ledg 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:Iltr&rt NAME O BIDDE Sig ure of Authorized RePresentative 1,1,,,l frtru 4 -1q{,or{u,r. e (Print Name 6 70( t/)( and Title)'nTh5 r {n ss Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 23 February 8,2021 KNOW ALL MEN BY THESE PRESENTS BID BOND FORM Bid Bond No. BB7503 , as PrinciThat we,Associated Underwater Services, I nc. and SureTec lnsurance .assu rety, are held and firmlY bound unto the CITY OF KENT, as Obligee, in the penal sum of FivePercent(S%Lof AmountBid 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 Lake Fenwick Hypolimnetic Aerator Improvements/Project Number: 18-3OO3 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. alttlllllltl l6 SIGNED, SEALED AND DAY OF Februarv 202L' Services, lnc. PRI CIPAL Sure lnsurance Co Pdl, -c.>m C4EAL 2002 S 20-. Received return of deposit in the sum of $ Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 24 February 8,2O2t POA.4221248 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know Ail Men by Thzse presen/s, That SURETEC INSURANCE COMPANY (the "Cornpafly"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Hanis County, Texas, does by these presents make, constitute and appoint Dan. W. Burton, Teresa D. Kelly, Craig C. Payne, Laura L. Kneitz, Melissa Haddick, Megan Sivley its true and Iawful Attorney-in-fact, with firll power and authority hereby confened in its nanre, place and stead, to execute, acknowledge and deliver any and all bonds, recognizancei, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents ofsurety for, providing the bond penalty does not exceed Twenty Five Million and 00/100 Dollars ($25,000,000.00) and to bind the Ccmpany thereby as fulty and to the same extent as if such bond were signed by the President, sealed. with the eorporate seal of the Companyuni duly atrested by its Secretary, hereby ratifying and confirrning altthat the said Attomey-in'Fact may do in the premises. Said'appointmenf is made under and by authority of the following resolutions of the Boatd of Directors of fte SureTec Insurance Companyl Be it iksilved, that the president. any Yice-President, any Assistant Vice-President, any Secretary or any fusistant Secrctary shall bc ancl is hereby vested with full power and authority to sppoint any on€ or more suitablc persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Facr *ay b" given full po*er and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds]recognizances, contracls, agreements or indemnity and ather conditional or obligatory undcrtakings and any and all norices ani documents canceliig or terminating thfCompany's linbility thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as ifsigned by the President and sealed and effected by the Corporate Secretary' Be it Risolved, that the signature oiany authoriied olliccr and seal ofthe Company heretofore or hereafter aflixed to any polver ofa1l9mef-91 any certificate relating therete by facsimile, and any power ofattofiley or eertificats bcaring facsimile signature or facsirnile scal shall be valid ani binding upon thJCompany with r€spect to rny UonC or undertaking to which it is attached. (Adopied at o meeling held on 2ilh of April' 1e99.) In Winess lnhereof, SURETEC INSUR,ANCE COMFANY has caused these presents to be signed by its President, and ils corporate seal to be hereto affixed this rotn day of n,ou., A.D. zozo SURETEC INSURANCE COIVTPANY By Michael C. Keimig, President State ofTexas County of Harris ss: On this rotr day of eugust A.D. 2020 before me personally carnc Micluel C. Keimig, to me known, who, being by me duly swom, did depose and say, that he resi4es in Flouston, Texas, that he is President of SURETEC INSURANCE COMPANY, thc company described in and which executed the above instrument; that he knows thE seal of said Company; that thc seal affixcd to said instrumcnt is such corporate seal; that it was so affixed by order olthe Board of Directors of said Company; and that he signed his name thereto by like order' Tanya Sneed, My commission March 30,2A23 i. M. Brent Benty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the abova and forcgoing is a true and corect copy of a Power of Aitorney. sxecuted bysaid Company, rvhich is still in full force and effect; and furthcrmorc. ths resolutions of the Board of Dircctors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 23rd day of M.B t TANYASNEED xdf hnfic,Slrdb Cilrr.Ernkr.0$Clf6 HfftlD l2ttttttt Any lnstrument lssued in excoas of the penalty stated above ls totally void and wlthout any validity' 4221248 Foi verification of the authorlty of thls power you may call (7131 812-0800 any business day between E:30 am and 5:00 pm CST" A.D. CITY OF KENT COMBINED DECLARATION FORM : NON-COLLUSTON, MTNTMUM WAGE NON.COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the lawi ofthe United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. Z. 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 fotth therein is true to my knowledge and belief. Lake Fenwick Hypolimnetic Aerator Improvements Project Number: 18-3OO3 NAME OF PROJECT SIGNATURE OF Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 Ia ,l ()ut(awob"u1 C-z NAME OF BIDDER'S FIRM P ENTATIVE OF BIDDER 25 February 8,2O2t This chanqe order form is for example purposes onlv. Bv submittino a bid' the bidder aoiees to be bound bv the terms of this chanoe order form for anY chanoe orders. CHANGE ORDER NO. [Enter # tr 2, 3, etc.] NAME OF CONTRACTOR: llnsert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:llnsert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE: llnsert Date Original Contract was Signedl This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the pafties, 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 : [Insert detailed description of additional materials, services, etc', that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and 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 wssr) $ Net Change by Previous Change Orders (incl. applicable WSST) $ Current Contract Amount (incl. Previous Change Orders) $ Current Change Order $ Applicable WSST Tax on this Change Order $ Revised Contract Sum $ Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 26 February 8,2O2L 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 t-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, pafticularly 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 pafties 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 betow have executed this Agreement' which will become effective on the last date written below. CONTRACTOR: By: (signature) Print Name: (title) DATE: CITY OF KENT: By (signature) Print Name: Chad Bieren, P.E. Its Interim Public Wnrks I)irector (title) DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Depaftment Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 27 February 8,2O2L 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 Com plia nce 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 $lM - HVAC' Plumbing, & Electrical)........... Subcontractors listed ProPerlY Signature ........... SUbCOntraCtOr LiSt (contracts over $lM - Structural Steel & Rebar Installation).. Subcontractors listed ProPerlY Date and signature Contractor's Qual ification Statement ..,........ Complete and notarized Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page All Addenda acknowledged Date, signature and address Bid Bond Form Signature, sealed and dated .........'. Power of Attorney.......... (Amount of bid bond shall equal 5o/o ol the total bid amount) Combined Declaration Form Signature ........... Change Order Form (Example)......,....' Bidder's Checklist The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder' B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EOUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 6d 66 dd ddd 66 dd d w a wd V6 E66 wd6 d .6.d w add 28 February 8,202L BOND NO.4435542 PAYMENT AND PERFORMANCE BOND TO CITY OF KENTKENT wr3$rro7.is KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned,Associated ndanrrafar Sarvir:es- Inc- as Principal, and SureTec lnsura Cnmnanv a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $922.592.31-------- , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CIry OF KENT, Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Lake Fenwick Hypolimnetic Aerator Improvements/Project Number: 18-3OO3 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect' IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals, The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 29 February B,2O2L TWO WITNESSES: o Ya.^V M CORPORATE SEAL: Aceor:iafad lln Sarwir:es- lnc- PRINCIPAL I principal's name above) TITLE DATE: CORPORATE SEAL SureTec ln rance SURETY BY: DATE:March 9.2021 TITLEI Teresa D- Kelly, Attorney-in-Fact ADDRESS: 5444 Westheimer #900 Horrston- TX77 56 the Corporation named as .*:ll#irx' ...\.:lo" -"44;!&?: :aiSeALiS:t.^ r... 2002 -.j r'.S ".;;^li:i*.:,r"tr BY DATE ( PRINT DATE: CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the sta t) Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I Bond was duly signed, sealed, authority of its governing body ( ut t* know his signature th ereto is genuine, and that said and attested for and in behalf of said Corporation by SECRETARY O SISTANT RETARY Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 30 February B,2O2l 4221248POA SureTec Insurance Company LIMITED POWER OF ATTORNEY Krtont All Men by Tltese presenls, That SURETEC INSURANCE COMPANY (the "Cornpany"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Hanis County, Texas, does by these presents rnake, constitute and appoint Dan. W. Burton, Teresa D. Kelly, Craig C. Payne, Laura L. Kneitz, Melissa Haddick, Megan Sivley its true and lawful Attorney-i1-fact, with full power and authority hereby confen'ed in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizancei, undeftakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents ofsurety for, providing the bond penalty does not exceed Twenty Five Million and 00/100 Dollars ($25,000'000.00) alcl to6indtheCompanytherebyasfully andtothesatneextentasifsuchbondweresignedbythePresident,sealedwiththecorporate seal of the Cornpany oni duly aitested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment is rnade under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Cotnpany: Be i! Resolved, tliat the president. any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vestecl rvith lull porver ancl aur-horitl,to appoint any one or more suitable persons as Attolney(s)-in-Fact to represent atld act for and on behallolthe Cornpany subject to the follorving provisions: Attorney-in-Facf maybe given futl porua, und authority for and ir-r the name of and of behatf of the Compan-v-, to execute, acknorvledge and cleliveL, any and all bonctslrecognizances, contl'acts, agieements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceli-ng or terminating the Company's liability ther-euncler', and any such instrutnents so executed by any such Attorney-in-Fact shall be binding upon the Company as ifsigned by the Plesident and sealed and effected by the Corporate Secretary. IJe it Resolvecl, that the signaturJ oiany authoriied olficer and seal ofthe Corrpany heretofore or hereafter affixed to any power ofattorney or a1y certificate relating thJreto by facsiinile, and any porver ofattorney or certificate bealing facsimile signature ol f-acsinrile seal shall be valid ancl binding upon tliJcompany rvith re spect to any UonA or underra(ing to rvhich it is attached. (Adopted at a nrceting helcl on 2a't' of April, t99e.) Irt ll/itness Whereaf, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its cotporate seal to be hereto affixed lliis tottr day of e,o,.t A.D. zozo SURETEC INSURANCE COMPANY By Michael C. Keimig, Presiden State ofTexas County of Harris On this rolr dny of nususr A.D. 2o2o before me personally came Michael C. Keimig, to me knorvn, who, being by me duly srvorn, did depose and say, tliat he resides in lJouston, 'l-exas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrurnent; that he knou,s the seal ofsaid Company; that the seal alfixed to said instrument is such corporate seal; that it rvas so af'fixed by older ofthe Boar.d of Directors olsaid Company; and that he signed his name thereto by like order. Tanya Sneed,Pub My commission exp March 30,2023 I, M. Brent Beaty, Assistanr Secretar.y of SURETEC INSUI{ANCE COMPANY, do hereby cerlify that the above and folegoing is a true and correct copy of a por.ver of Attorney, executed by saicl Cornpany, rvhich is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Por,ver of Attornev at'e in full force and effect. Given under my hand and the seal of said Cornpany at Houston, Texas this 9th day of A.D. M.B t Bea , Assistan Any instrument issued in excess of the penalty stated above is totally void and without any validity. 4221248 For verification of the authority of this power you m"y call (713) 812-0800 any business day between 8:30 am and 5:00 pm CST TANYASNEED NorytftI{ic,$lbdb Cqiln.E$kr0S'S26 lroffy lD r2S$llzilt CONTRACT THIS AGREEMENT is entered i betw en the CIry OF KENT a Was municipal corporation ("City"), and hington e located and doing ("Contractor"), org anized under the laws of the State of business at f\ 1 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: Lake Fenwick Hypolimnetic Aerator Improvements/Project Number: 18-3OO3 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 2021 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 2O2L 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 one hundred twenty (12O) 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 $922,592.3L. 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. Lk Fenwick Hypolimnetic Aerator Impr/Heubach Project Number: 18-3003 2 3 31 February 23,202L 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, i4juries, damages, losses or suits, including all legal costs and attorney fees, uiiting out of or in connection with the performance of this contract, except for i[uries 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, ag-ents 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 INDEMN IFICATION 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 availlble 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 Lk Fenwick Hypolimnetic Aerator lmpr/Heubach Project Number: 1 B-3003 32 February 22, 2021 CITY OF KENT BY DANA RALPH, MAYOR DATE: ATTEST KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM KENT LAW DEPARTMENT CONTRACTOR BY PRINT NAME t4 J ttn' TITLE:+ €r{, DATE Lk Fenwick Hypolimnetic Aerator lmpr/Heubach Project Number: 1 B-3OO3 33 February 22,2021 03/18/2021 City of Kent Business License KENT WASHINGToN AUS DIVING 3901 E FERRY AVE SPOKANE, WA99202. Please tear at y9r!o:g49!.,_:__ _ _ -: _ BUSINESS LICENSE LICENSE MUST BE PAID ANNUALLJ BY . JAIIUARY lst TO AVOID PENALTY.' Issusnca of License Does Not ftbply Licensee's Compliance with State and Local Laws Per RCW 82. 14 local salqs and use tax m.ust be coded No. 1715. for all.gualified sales within the city of Kent.KENT WasHtilcroN TIilS LICENSE MUST BE POSTED IN A CONSPICUOUS PLACE. NOT TRANSFERABTE OR ASSIGNABLE 202r NAME AND A.DDRESS OF BUSINESS BLOC-ZL9tZZ6 AUS DIVING ORASSOC'I]NDERWATER SVC INC 3901E FERRY AVE SPOKANE, WA992O? D*-",.s-"=E^ MAYOR Tax Registration Endorsement The City of Kent At z2o 4TH AvE So KE}[t,1YASHINOTON 98032 I EXHIBIT A r NSURANGE REQU I REMENTS FOR CONSTRUCTION PROJEGTS lnsurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for irjuries 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 I nsurance Contractor shall obtain insurance of the types described below: 1. Gommercial General Liability insurance shall be written on ISO occurrence forrn CG OO O1 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 combinatign 9f primary, umbrella or excess liability coverage Sffording total liability limits of not less than $3,OO0,OOO p-er occurfonce and in ttre aggregate. Prod_ucts and Completed Operatlons coverage shall be provided fola 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 0311 85. The Gity shall be named as an Additional Insured under the Gontactor's Gommercial General Liability insurance policy with respect to the wo+ performed for the Gity. Ali endorsements iaOing Additional lnsureds shall be issued on for:m CG 211 1O 11 85 or a form deemed equivalent, providing the Additional lnsureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and ffiageshallbewrittehonlnsuranceServicesoffice (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 I nsurance Contractor shall maintain the following insurance limits: 1. Commercial 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. Lk Fenwick Hypolimnetic Aerator lmpr/Heubach Project Number: 1 B-3O03 34 February 22, 2021 EXHIBIT A (Gontinued) Automobile Liability insurance with a minimum combined single limit for bodil), rruury 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 mainta'ined "by the City shall be excess of the Contractor's insurance and shall not contribute with it. Z. 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 certiiied mail, ret-urn receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (excepi 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' 2 Lk Fenwick Hypolimnetic Aerator lmpr/Heubach Project Number: 1 8-3003 35 February 22, 2021 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:VlL G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, inc-luding but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contradtor 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. Lk Fenwick Hypolimnetic Aerator lmpr/Heubach Project Number: 1 8-3003 36 February 22, 2021 - .ACORD" \t'--' ASSOUND-01 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDiYYYY} 311 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYANDCONFERSNORIGHTSUPONTHECERTIFICATEHOLDER'THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE GOVERAGE 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: lf the certificate holder is an ADDITIONAL INSURED' the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. icies may require an endorcement. A statement onect to the terms and conditions of the policy, certainlf SUBROGATION lS WAIVED, subj to the certificate holder in lieu of suchthis certificate does not confer rights CONTACTNAMF. FAX lA,tC. Nol:P lt 18.*R..'u' (619) 238'1828 NAIC dINSURERTSI AFFORDING COVERAGE L2307rNsuRFR a , Navioators lnsurance Comoanv PRODUCER Alliant lnsurance Services, lnc. 3850 N Causeway Blvd Suite 1150 Metairie, LA 70002 2A642rNsrFFR R : Travelers lndemnitv Company of Connecticut 26432rNsupFR c,Great American Alliance lnsurance Gompany 43,t17rNsuRFR D:American Eouifu lnsurance Companv INSIIRFR F : INSURER F Associated U ndenarater Services, I nc. 3901 E. Ferry Spokane, WA 99202 INSURED TH rs IS TO CERTI FY THAT THE POLtCIES OF N SU RANCE LISTED BELOW HAVE BE EN ISSUED TO TH E NSURED NAMED ABOVE FOR THE PO LICY PERI OD INDICA TE D.NOTWTH STANDIN G ANY REQ U IREMENT TERM OR coN DITION OF ANY CONTRACT o R OTHER DOC U MENT WTH RESPECT TO WHICH TH ts CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTOALLTHETERMS' EXCLU SIONS AND co NDITI oNs OF SUC H POLICIES.LIM ITS SHOWN MAY HAVE BEEN REDUCE D BY PAID CLAIMS. INSRITR TYPE OF INSURANCE ADDTlNqn SUBF POLICY NUMBER POLICY EFF POLICY EXPIMM'DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE x OCCUR X General X Liability POLICY LIMIT APPLIES PRO-JECT I I PER: LOC sE20LtA00329002 12J31t2020 12131t2021 FA(]H OCCI IRRFNCE q 1,000,000 c 50,000t-p IIAGE TO RENTED:irlqFS /trr ^.drran..el MFn FXP /Anv one oersonl q 5,000 PFRSONAI & ADV IN.II.IRY q 1,000,000 GFNFRAI AGGREGATE q 2,000,000 PRODI ICTS - COMP/OP AGG 1,000,000 1WA STOP GAP B AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOS ONLY HIRED AIJTOS ONLY SCHEDULED AUTOS NON-OVI/NIED AUTOS ONLYXX 8A9H486258 12t31t2020 't2t3'u202'l 1,000, RODII Y lN.ltJRY lPer oerson)* BODII Y lN.ltlRY fPer accidont)s q A A UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE sE20LtAo0329003 't2t31t2020 12J31r2021 FACH OCCI.JRRENCE s 4,000,000 X AGGRFGATE OED RETENTION $q c WORKERS COMPENSATION AND EMPLOYERS' LIABILIry ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) lf ves. describe under nFscRrPTroN oF oPERATtoNS betow f,N/A wc409245206 'tavt2020 12t31t202',1 X PERSTATI ITF OTH-EO F I EACHACCIDENT s 1,000,000 F L DISEASE. EA EIMPLOYEE 1,000,000s F I DISEASE. POLICY LI[ilIT 1,000,000 D USL&H ALMA0l,t39-06 12J31t2020 12t31t2021 See WC EL Limts DESCRtpTtON OF OPERATIONS / LOCATTONS / VEHTCLES (ACORD I 01, Additional Remarks sqhgqulo, may be attached if more space is required) ne: t-Cke Fenwick Hypolimnetic Aerator lmprovilments I Project Number: 18-3003 The General Liability policy contains "blanket" Additioial Iniured, Waiver of Subrogation and Primary and Non-Gontributory wording -endorsement(s), which subject always to p6ticy terms, conditions and exclusions provide such status to person(s) or organizations(s) when required by a wriften contract with the Named lnsuied. fhe nuto Liability policy contains "blankei" Additional lnsured and Waiver of Subrogationwording.endorsemen(s)_, which subject always to policy terms, conditions and exclusions provide such status to person(s) or organizations(s) when required by a written contract with the Named lnsured The USlan poticy contains a ,,btanket,,Waiver of Subrogation endoisemeni(3), wnicn subject ilways to policy terms, conditions and exclusions provid-e such status t6 perion(s) or organizations(s) when require-d by a written contricl with the Nimed lnsured. Notice of cancellation applies according to policy provisions City of Kent 220 4th Avenue S. Kent, WA 98032 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZEO REPRESENTATIVE44 @ 1988-2015 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD ACORD 25 (2016/03) R * AE . 1212912020 " WC 4092452 06 00 Great American Alliance lnsurance Company 503050 wc 04 03 06 (Ed. 04-84) This endorsement changes the policy to which it is attached and is effective on the date issued unless othenrvise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT. CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy' We will not enforce our right agains-t the person or organization named in the Schedule. (This agreement applies only to the extent that you perfoim work under a written contract that requires you to obtain this agreement from us.) you must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% o'f the California workers'compensation premium othenruise due on such remuneration. Schedule Person or Organization Any Person or Organization for whom the named insured has agreed by written contract to furnish this waiver Job Description Any job for which the named insured has agreed by written contract to furnish this waiver wc 04 03 06 (Ed. 04-84) Policy No. wc 4092452 06 lnsured Associated Underwater Serv ices, lnc Endorsement No.Effective Date Premium $ Company Great American Alliance lnsurance Company Authorized Representative The American Equity Undenrvriters, lnc. (Page 1 of 1) ENDORSEMENT NO. ATTACHED TO AND FORMING PART OF POLICY NO OF THE: ISSUED TO: EFFECTIVE: sE20LIA00329002 1 Companies Named Herein Associated Underwater Serv Inc. December 31,2020 (12:01 a.m.) LST ADDITIONAL ASSURED The Assured identified above (herein, "Principal Insured") is authorized to add others as Additional Insureds on this policy subject strictly to the following terms and conditions: 1. The requirement to name the Additional Insured on this policy must be set forth in a written agreement between the Principal Insured and the Additional Insured (herein, "underlying agreement"), with the effective date of such status to be the date of actual execution of the underlying agreement or as set forth in the underlying agreement, whichever is later, 2. The Additional Insured shall be subject to all policy terms and conditions, including but not limited to coverage, limitations upon coverage, exclusions and policy limits (herein, "policy terms and conditions") as well as the further policy terms and conditions set forth in this endorsement. 3. The scope of coverage afforded to the Additional Insured shall be only to the minimum extent required and as limited by the underlying agreement, and subject to any further applicable tetms and conditions in such underlying agreement, but no broader than policy terms and conditions and as limited by the further policy terms and conditions set forth in this endorsement. Further, the scope of coverage afforded to the Additional Insured shall only be to the extent permitted or otherwise limited by law. 4. Coverage under this policy is extended to the Additional Insured only for the acts or omissions of the principal Insured or those acting directly on its behalf arising out of or relating to the operations of the Principal Insured pursuant to the underlying agreement. There is no coverage under this policy for the Additional Insured for its separate acts or omissions or those acting on its behalf or for the separate operations of the Additional Insured. 5. Notwithstanding policy terms and conditions, no contractual liability of the Additional Insured is covered by this policy. 6. Regardless of the number of insureds, whetherNamed, Principal, Additional or otherwise, the policy limits identified on the Declarations Page are singular and joint, not multiple or separate for each Insured' 7. The Additional Insured shall have such status on this policy only for the term of this policy, the term of the underlying agreement, the duration of the operations of the Principal Insured or as set forth in the underlying agreement, whichever is less or shorter, and Additional Insured status shall terminate immediately upon termination of the underlying agreement for any reason, including said underlying agreement being declared null and void andlor unenforceable. Further, no coverage is afforded an Additional Insured under this policy for bodily injury or property damage occurring after all work, including materials, parts or equipment in connection with Associated Underwater Se1ices, Inc. Effective: December 31,2020 Policy No. SE20LIA00329002 such work, associated with operations of the Principal Insured, has been completed or the Principal Insured's work has initially been put to its intended use. Notwithstanding the underlying agreement, this policy does not guarantee the work, completion or performance of any work agreed to in such underlying agreement. 8. When the Assured is a partner or member of a Joint Venture or Partnership, this policy will only respond for liabilities insured hereunder subject to all other terms and conditions of this policy, for an amount not exceeding the Assureds participation in such partnership or joint venture unless the Partnership or Joint Venture is named on this policy. This Clause extended to grant permission to waive subrogation as required by contract. All other terms, conditionsr limitations and exclusions remain unchanged. Associated Underwater Services, Inc.Effective: December 31, 2020 Policy No. SE20LIA00329002 ENDORSEMENT NO. ATTACHED TO AND FORMING PART OF POLICY NO OF THE: ISSUED TO: EFFECTIVE: sE20LrA00329002 2 Companies Named Herein Associated Underwater S Inc. December 3I,2020 (12:01 a.m.LST PRIMARY Ai\D NON.CONTRIBUTORY INSURANCE ENDORSEMENT It is agreed that to the extent that the Named Assured is obligated by contract, this policy shall be the principal coverags as respects the liabilities of the Named Assured and any other insurance carried by an Additional Assured shall not be contributory as respects the liabilities of the Named Assured, but only with respect to operations performed by or on behalf of the Named Assured or to the facilities of or used by the Named Assured. All other termso conditionsr limitations and exclusions remain unchanged. Associated Underwater Services, Inc.Effective: December 31, 2020 Policy No. SE20LIA00329002 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE - This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or liririt6O by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsementand the iest of your policy carefully to determine rights, duties, and what is and is not covered. A. BLANKET ADDITIONAL INSURED B. EMPLOYEE HIRED AUTO C. EMPLOYEES AS INSURED D. SUPPLEMENTARY PAYMENTS - INCREASED LIMITS E. TRAILERS - INCREASED LOAD CAPACITY F. HIRED AUTO PHYSICAL DAMAGE G. PHYSICAL DAMAGE TRANSPORTATION EXPENSES - INCREASED LIMIT A. BLANKET ADDITIONAL INSURED The following is added to Paragraph A.1., Who ls An lnsured, of SECTION ll - COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who ls An lnsured provision contained in Section ll. B. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who ls An Insured, of SECTION ll - COV' ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating a covered "auto" hired or rented under a contract or agreement in an "em- ployee's" name, with your permission, while H. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT - INCREASED LlMlr I. WAIVER OF DEDUCTIBLE - GLASS J. PERSONALPROPERry K. AIRBAGS L. AUTO LOAN LEASE GAP M. BLANKET WAIVER OF SUBROGATION performing duties related to the conduct of your business. 2. The following replaces Paragraph b. in B.5.' Other lnsurance, of SECTION lV - BUSI' NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "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 busi- NESS, However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". C. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who ls An Insured, of SECTION ll - COVERED AUTOS LIABILITY COVERAGE: @ 2015 The Travelers lndemnity Company. All rights reserved. lncludes copyrighted material of lnsurance Services Office, lnc' with its permission. cA T4 20 0215 Page 1 of3 COMMERCIAL AUTO Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. SUPPLEMENTARY PAYMENTS _ ]NCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2) of SECTION II - COVERED AUTOS LIABILITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The followirig replaces Paragraph A.2.a.(4) of SECTION II - COVERED AUTOS LIABILITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. E. TRAILERS - INCREASED LOAD CAPACITY The following replaces Paragraph C.1. of SEC- TIONI-COVEREDAUTOS: 1. "Trailers" with a load capacity of 3,000 pounds or less designed primarily for travel on public roads. F. HIRED AUTO PHYSICAL DAMAGE The following is added to Paragraph A.4., Cover' age Extensions, of SECTION lll - PHYSICAL DAMAGE COVERAGE: Hired Auto Physical Damage Coverage lf hired "autos" are covered "autos" for Covered Autos Liability Coverage but not covered "autos" for Physical Damage Coverage, and this policy also provides Physical Damage Coverage for an owned "auto", then the Physical Damage Cover- age is extended to "autos" that you hire, rent or borrow subject to the following: (1) The most we will pay for "loss" to any one "auto" that you hire, rent or borrow is the lesser of: (a) $5o,ooo; (b) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (c) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality. (2) An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". (3) lf a repair or replacement results in better than like kind or quality, we will not pay for the amount of betterment. (4) A deductible equal to the highest Physical Damage deductible applicable to any owned covered "auto". (5) This Coverage Extension does not apply to: (a) Any "auto" that is hired, rented or bor- rowed with a driver; or (b) Any "auto" that is hired, rented or bor- rowed from your "emPloYee". G. PHYSICAL DAMAGE TRANSPORTATION EXPENSES - INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a,, Transportation Expenses, of SECTION III - PHYSICAL DAMAGE COVER. AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. H. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT - INCREASED LIMIT Paragraph C.1.b. of SECTION lll - PHYSICAL DAMAGE COVERAGE iS dCICtCd. I. WAIVER OF DEDUCTIBLE _ GLASS The following is added to Paragraph D., Deducti' ble, of SECTION lll - PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Cover' age Extensions, of SECTION lll - PHYSICAL DAMAGE COVERAGE: Personal Property Coverage We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and (2) ln or on your covered "auto". This coverage only applies in the event of a total theft ofyour covered "auto". No deductibles apply to Personal Property cover- age. @ 2015 The Travelers lndemnity Company. All rights reserved. lncludes copyrighted material of lnsurance Services Office, lnc. with its permission. Page 2 of 3 cA T4 20 0215 K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION lll - PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. lf that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty;and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. AUTO LOAN LEASE GAP The following is added to Paragraph A.4., Cover' age Extensions, of SECTION lll - PHYSICAL DAMAGE COVERAGE: Auto Loan Lease Gap Coverage for Private Passenger Type Vehicles ln the event of a total "loss" to a covered "auto" of the private passenger type shown in the Schedule or Declarations for which Physical Damage Cov- erage is provided, we will pay any unpaid amount due on the lease or loan for such covered "auto" less the following: (1) The amount paid under the Physical Damage Coverage Section of the policy for that "auto"; and COMMERCIAL AUTO (2) Any: (a) Overdue lease or loan payments at the time of the "loss"; (b) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (c) Security deposits not returned by the les- sor; (d) Costs for extended warranties, Credit Life lnsurance, Health, Accident or Disability lnsurance purchased with the loan or lease; and (e) Carry-over balances from previous loans or leases. M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us' of SECTION lV - BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract exe- cuted prior to any "accident" or "loss", pro- vided that the "accident" or "loss" arises out of the operations contemplated by such con- tract. The waiver applies only to the person or organization designated in such contract. @ 2015 The Travelers lndemnity Company. All rights reserved. lncludes copyrighted material of lnsurance Services Office, lnc. with its permission. cA T4 20 02 15 Page 3 of 3 Lk Fenwick Hypolimnetic Aerator Impr/Heubach February 22, 2021 Project Number: 18-3003 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ...................................................... 1-1 1-02 Bid Procedures and Conditions .......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-7 1-06 Control of Material .......................................................... 1-10 1-07 Legal Relations and Responsibilities to the Public ................. 1-13 1-08 Prosecution and Progress ................................................. 1-19 1-09 Measurement and Payment .............................................. 1-23 1-10 Temporary Traffic Control ................................................ 1-24 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-12 Chain Link Fence and Wire Fence ...................................... 8-3 8-30 Project Signs .................................................................. 8-4 8-33 Compressor Building Construction ..................................... 8-5 8-34 In-water Construction ...................................................... 8-7 8-35 Site Restoration .............................................................. 8-10 8-36 Warranty ....................................................................... 8-10 8-37 New Electrical Service and Modifications to the Existing Compressor Building ....................................................... 8-11 PROJECT SIGN TEMPLATE ............................................................... A-1 PERMITS ......................................................................................... A-2 TRAFFIC CONTROL PLANS .............................................................. A-3 PREVAILING WAGE RATES .............................................................. A-4 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 1 February 22, 2021 Project Number: 18-3003 KENT SPECIAL PROVISIONS The Kent Special Provisions (“Kent Special Provisions” or “KSP”) modify and supersede any conflicting provisions of the 2021 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 2 February 22, 2021 Project Number: 18-3003 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 3 February 22, 2021 Project Number: 18-3003 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 4 February 22, 2021 Project Number: 18-3003 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. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 5 February 22, 2021 Project Number: 18-3003 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: Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 6 February 22, 2021 Project Number: 18-3003 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 7 February 22, 2021 Project Number: 18-3003 unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 8 February 22, 2021 Project Number: 18-3003 failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City’s rights provided by this section nor shall the exercise of this right diminish the City’s right to pursue any other remedy available under law with respect to the Contractor’s failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 9 February 22, 2021 Project Number: 18-3003 Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties’ contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer’s effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2021 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 10 February 22, 2021 Project Number: 18-3003 SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL 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. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 11 February 22, 2021 Project Number: 18-3003 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer’s review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer’s review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer’s full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 12 February 22, 2021 Project Number: 18-3003 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor’s letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. “APPROVED AS SUBMITTED” – Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. “APPROVED AS NOTED” – Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. “AMEND AND RESUBMIT” – Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 13 February 22, 2021 Project Number: 18-3003 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. 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: Hydraulic Project Approval [HPA] (WDFW) Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 14 February 22, 2021 Project Number: 18-3003 SEPA (City of Kent) Shoreline Substantial Development Permit (City of Kent) Temporary Use Permit for Governmental Use of WDFW Land (WDFW) The City will obtain the following permit: Commercial Building Alteration Permit (City of Kent) The City has applied for a Commercial Building Alteration Permit, but this permit is pending and will be issued once the Contractor has been selected. The Contractor is not permitted to perform any in-water work from April 1 through July 15. The Contractor shall anticipate this restriction in their schedule and construction procedures. Contract days may be suspended as needed to accommodate this restriction on in-water work. No additional compensation will be granted to the Contractor for this time restriction. Should archeological materials (e.g. bones, shell, stone tools, beads, ceramics, old bottles, hearths, etc.) or human remains be observed during project activities, all work in the immediate vicinity should stop. The State Department of Archaeology and Historic Preservation, the City, and local tribes (Duwamish and Muckleshoot) shall be contacted immediately to help assess the situation and determine how to preserve the resource(s). Compliance with all applicable laws pertaining to archaeological resources (RCW 27.53, 27.44 and WAC 25-48) is required. If a fish kill occurs or fish are observed in distress at the job site, the Contractor shall immediately stop all activities causing harm and notify the Washington Department of Fish and Wildlife by calling 425-449- 6790. Activities related to the fish kill or fish distress must not resume until the Washington Department of Fish and Wildlife give approval. 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: Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 15 February 22, 2021 Project Number: 18-3003 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. SECTION 1-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: 1-07.9(3) Apprentices All contracts with an estimated construction cost greater than $1,000,000 (one million dollars) shall require that no less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state-approved apprenticeship program. Definitions For the purposes of this specification, the following definitions apply: 1. Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 16 February 22, 2021 Project Number: 18-3003 include the Contractor and all Subcontractors. At the Contractor’s request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01.030(E). 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. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 17 February 22, 2021 Project Number: 18-3003 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 18 February 22, 2021 Project Number: 18-3003 Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor’s failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners 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 Tin Nguyen 253-244-4303 (cell) Tin.Nguyen@pse.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 19 February 22, 2021 Project Number: 18-3003 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 20 February 22, 2021 Project Number: 18-3003 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 21 February 22, 2021 Project Number: 18-3003 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 Contractor shall limit activities that generate substantial noise until 8 a.m. 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. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City’s noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to, the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 22 February 22, 2021 Project Number: 18-3003 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 23 February 22, 2021 Project Number: 18-3003 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. 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. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 24 February 22, 2021 Project Number: 18-3003 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. 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: Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 25 February 22, 2021 Project Number: 18-3003 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. SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(4) On-site Parking The Contractor is not permitted to park any construction-related or personal vehicles in the designated parking spaces in the parking lot immediately adjacent to the project site. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 26 February 22, 2021 Project Number: 18-3003 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. When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor’s contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City’s Traffic Control Supervisor for by-passing all or any portion of the Lk Fenwick Hypolimnetic Aerator Impr./Heubach 1 - 27 February 22, 2021 Project Number: 18-3003 construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(1) of the WSDOT Standard Specifications. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 1 February 22, 2021 Project Number: 18-3003 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. 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. 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 Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 2 February 22, 2021 Project Number: 18-3003 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. Stream Bypass Plan for in-water work 4. 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 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. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 3 February 22, 2021 Project Number: 18-3003 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. 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. 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) Item Bids The unit contract price per linear foot for “Filter Fabric Fence” constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes maintenance throughout the project and removal and disposal of the fence and accumulated sediment as directed by the Engineer. 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. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 4 February 22, 2021 Project Number: 18-3003 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 Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall be included in the fence measurement. Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. 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 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 SECTIONS: 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of fabricating the project sign and providing all posts, braces, hardware, installation, and maintenance of the sign where shown on the plans or where directed by the Engineer. The project sign becomes the property of the City, and the Contractor shall return the project sign to the City Maintenance Shop on West James Street. 8-30.2 Materials The sign shall be 4 feet high by 8 feet wide laminated vinyl face. The sign shall be securely mounted on Dibond aluminum panel or approved equal. Sign posts shall be 4-inch x 6-inch fir. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 5 February 22, 2021 Project Number: 18-3003 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 as shown in the Project Sign Template. 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 The project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project sign, as 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: The unit contract price per each for “Project Sign Installation” constitutes complete compensation for furnishing all labor and materials for fabrication, 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 upon project completion. Failure to adequately maintain and project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. 8-33 COMPRESSOR BUILDING CONSTRUCTION 8-33.1 Description This work shall consist of retrofitting the compressor building as shown on the plans. The work includes demolishing and disposing of the existing roof deck, roof system, and equipment pads; removing and replacing the interior insulation; furnishing and installing all materials needed to reconstruct and support the roof; replacing the aeration equipment and equipment pads inside the building; removing and Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 6 February 22, 2021 Project Number: 18-3003 replacing the lighting system; and repainting the exterior walls of the building and the roof slab in a color approved by the Engineer and similar to the current color. All work will be conducted as required by the plans, specifications, and Engineer. The suppliers of the “Kaeser Compressor and Air Dryer, BSD-60T” and “AirSEP Oxygen Generator, AS-L, AS107-10” have indicated that it may take 6 to 8 weeks to deliver the air compressor and 8 to 10 weeks to deliver the oxygen generator. The Contractor shall anticipate these delivery wait times in their schedule and construction procedures and order these items as soon as possible. No additional compensation will be granted to the Contractor for these delivery wait times. 8-33.2 Materials As stated in the plans, the Roof Hatch shall be a Nystrom double leaf equipment roof hatch or pre-approved equal. As stated in the plans, the structural systems and details on these plans are the priority design; however, alternative systems and details may be considered if the Contractor submits plans with substantiating calculations and test data which bear a Washington State-licensed engineer’s seal and signature for approval of the registered design professional responsible in charge whose efforts for review of such alternative designs shall be paid for by the Contractor. 8-33.3 Construction Requirements The Contractor shall construct all structures to the quantities and/or in the dimensions as shown on the plans and as directed by the Engineer in the field. Any demolition material not named in the Special Provisions as Contracting Agency property will become the property of the Contractor and shall be removed from the project. The Contractor shall arrange to dispose of waste at no expense to the Contracting Agency, and the disposal shall meet the requirements of WSDOT Standard Specifications Section 2-03.3(7)C. Salvageable construction and demolition materials such as metal and broken concrete shall not be landfilled and shall be recycled to the maximum extent feasible, in accordance with King County Ordinance 18166. 8-33.3(1) Permit Requirements The Contractor shall comply with all applicable requirements of local and state agencies, as stated in the permits included in Section 8. 8-33.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items: The lump sum contract price for “Demolition” constitutes full payment for removal and proper recycling/disposal of the building roof deck and Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 7 February 22, 2021 Project Number: 18-3003 system, interior insulation, mechanical equipment, and concrete equipment pads as shown on the plans and described in the specifications, including cleanup of the work area. The lump sum contract price for “Elevated Mono-slope Concrete Roof and Support System” constitutes full payment for all costs incurred for furnishing, hauling, and installing the Elevated Mono-slope Concrete Roof & Support System as shown on the plans and described in the specifications, including cleanup of the work area. The lump sum contract price includes all materials and incidentals required to construct a complete and operational system (see Sections 1-04.1(2), 1-05.09, and 1-05.10), except for materials associated with the Roof Hatch. The lump sum contract price also includes all labor and materials necessary to repaint the exterior walls of the building and exposed overhanging roof slab in a color approved by the Engineer and similar to the current exterior paint. The unit contract price per each for “Roof Hatch” constitutes full payment for all costs incurred for furnishing, hauling, and installing the Roof Hatch as shown on the plans and described in the specifications. The unit contract price per each includes all materials and incidentals required to furnish, construct, and install a complete and operational roof hatch system (see Sections 1-04.1(2), 1-05.09, and 1-05.10). “Kaeser Compressor and Air Dryer, BSD-60T” “AirSEP Oxygen Generator, AS-L, AS107-10” “AirSEP Oxygen Receiving Tank, TA153-1, 400-Gal” “AirSEP Air Receiver Tank, TA145-1, 400-Gal” “AirSEP K1414-5: Interconnecting Hoses/Fittings, Oxygen Regulator, Oxygen Filter” “AirSEP K1477-1: 10-Ft Oxygen Hose from Oxygen Regulator,” The unit contract price per each for the above items shall constitute full payment for all costs incurred for furnishing, hauling, and installing the equipment as shown on the plans and described in the specifications, including equipment pad construction. The unit contract price per each includes all materials and incidentals required to construct a complete and operational system (see Sections 1-04.1(2), 1-05.09, and 1- 05.10), including but not limited to filters, air lines, and the oil-water separator. The lump sum contract price for “Compressor Building Lighting System” constitutes full payment for removing and properly disposing/recycling the existing lighting system and furnishing, hauling, and installing a new lighting system as described in the plans. Payment under this item shall include compensation for testing and all materials and incidentals required to construct a complete and operational lighting system (see Sections 1-04.1(2), 1-05.09, and 1-05.10), 8-34 IN-WATER CONSTRUCTION 8-34.1 Description Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 8 February 22, 2021 Project Number: 18-3003 This work shall consist of constructing all in-water elements of the aeration system. The work includes removing and disposing of the current in-water equipment as well as furnishing, installing, and testing the new in-water equipment as required by the plans, specifications, and Engineer. This work shall also include pressure testing the 2-inch copper/HDPE air line that extends from the compressor building to the separator box. The manufacturer of the Pentair Point Four Micro Bubble Diffusers, which form part of the “Diffuser Assembly,” have indicated that these diffusers were previously on backorder but are currently in stock. The Contractor shall anticipate a potential delay in delivering these diffusers, plan their schedule and construction procedures accordingly, and order the diffusers as soon as possible. No additional compensation will be granted to the Contractor for a potential delay in delivering these items. 8-34.2 Materials As stated in the plans, the diffuser frame in the Diffuser Assembly shall be built with Unistrut P1000 12 gauge stainless steel components or pre-approved equal. As stated in the plans, the diffuser units in the Diffuser Assembly shall be Pentair Point Four Micro Bubble Diffusers models 1DMBDC600 and 1DMBDC300 or pre-approved equal. The following vendors were used as resources for the aerator separator box. Note: this list is NOT an exhaustive list of vendors and does NOT indicate that the City has vetted or approved of these vendors.  Grating Pacific LLC, Kent, WA, o 800-243-3939 o Kevin Wooddall, kwoodall@gratingpacific.com  VARI-TECH LLC, Liverpool, NY o www.varitech.com o Sam Carioti, mobile: 315-380-9132, office: 315-622- 1800, SCarioti@varitech.com  ERSHIGS Inc, Bellingham, WA o www.ershigs.com o Jared Konkle, 360-527-3442, JKonkle@ershigs.com 8-34.3 Construction Requirements The Contractor shall construct all structures to the quantities and/or in the dimensions as shown on the plans and as directed by the Engineer in the field. Any demolition material not named in the Special Provisions as Contracting Agency property will become the property of the Contractor and shall be removed from the project. The Contractor shall arrange to Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 9 February 22, 2021 Project Number: 18-3003 dispose of waste at no expense to the Contracting Agency, and the disposal shall meet the requirements of WSDOT Standard Specifications Section 2-03.3(7)C. Salvageable construction and demolition materials such as stainless steel wire rope shall not be landfilled and shall be recycled to the maximum extent feasible, in accordance with King County Ordinance 18166. 8-34.3(1) Permit Requirements The Contractor shall comply with all applicable requirements of local and state agencies, as stated in the permits included in Section 8. The Contractor is not permitted to perform any in-water work from April 1 through July 15. The Contractor shall anticipate this restriction in their schedule and construction procedures. Contract days may be suspended as needed to accommodate this restriction on in-water work. No additional compensation will be granted to the Contractor for this time restriction. 8-34.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items: The lump sum contract price for “Separator Box Assembly” constitutes full payment for all costs incurred for removing and disposing of the current separator box assembly and for furnishing, hauling, installing, and testing the new Separator Box Assembly as shown on the plans and described in the specifications. The lump sum contract price includes all materials and incidentals required to construct a complete and operational in-water aeration system (see Sections 1-04.1(2), 1- 05.09, and 1-05.10), including but not limited to four warning signs and all connection plates or fasteners. The lump sum contract price does not include materials included under the following bid items: Diffuser Assembly, 72-Inch Air Mix Riser Inlet Pipes, 24-Inch Aerated Water Discharge Pipes, and 24-Inch Lateral Distribution Pipes. As stated in the plans, the FRP (fiberglass reinforced pipe) separator box shown in the plans is illustrated as design intent and for bidding purposes only. The separator box shall be designed by the separator box supplier in accordance with the applicable codes and standards. The final configuration of the separator box, including all connections and other pertinent components, shall be determined by the separator box supplier. To prevent conflicts, the Contractor shall coordinate all components of the separator box with all piping and other components shown and not shown. The preliminary design of the separator box, shown in the plans, is the priority design; however, alternative designs may be considered, provided the alternative design meets the design criteria and basic functionality shown in the plans. The Contractor shall submit any alternative designs to the City for approval. The lump sum contract price for “Diffuser Assembly” constitutes full payment for all costs incurred for furnishing, hauling, installing, and testing the Diffuser Assembly as shown on the plans and described in the specifications. The lump sum contract price includes all materials Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 10 February 22, 2021 Project Number: 18-3003 and incidentals required to construct a complete and operational diffuser system (see Sections 1-04.1(2), 1-05.09, and 1-05.10), including but not limited to diffuser units and the diffuser frame. “72-Inch Air Mix Riser Inlet Pipes” “24-Inch Aerated Water Discharge Pipes” “24-Inch Lateral Distribution Pipes” The unit contract price per linear foot for the above items constitutes full payment for all costs incurred for removing and disposing of the current inlet and discharge pipes and for furnishing, hauling, installing, and testing the pipes as shown on the plans and described in the specifications. The unit contract price per linear foot includes all materials and incidentals required to construct a complete and operational system (see Sections 1-04.1(2), 1-05.09, and 1-05.10), including but not limited to concrete buoyancy anchors, bottom weights, stainless steel wire rope supports, and stiffener rods. 8-35 SITE RESTORATION 8-35.1 Description This work shall consist of labor and materials needed to restore the construction staging area, project area, and all disturbed areas to their original state and function, as directed by the plans, specifications, and Engineer. 8-35.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items: The lump sum contract price for “Site Restoration” constitutes full payment for all costs incurred for restoring the project area to its pre- construction state and repairing any surfaces or structures damaged during construction. The lump sum contract price includes but is not limited to reseeding damaged grass or relaying sod in the staging area, removing straw wattles, repairing or replacing the gate and fence surrounding the compressor building, and repairing concrete curbs and pavement in the project area damaged during construction. 8-36 WARRANTY 8-36.1 Description This work shall consist of labor and materials needed to repair or replace damaged and/or poorly functioning equipment for the three- year period after construction has been completed. This work does not include labor related to routine system operation or annual system maintenance. Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 11 February 22, 2021 Project Number: 18-3003 8-36.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid item: The unit contract price per year for “Warranty” shall constitute full payment for all labor and material costs associated with repairing or replacing damaged and/or poorly functioning equipment. The unit contract price includes but is not limited to reordering and reinstalling faulty equipment such as in-water pipes, diffusers, or equipment within the compressor building. 8-37 NEW ELECTRICAL SERVICE AND MODIFICATIONS TO THE EXISTING COMPRESSOR BUILDING 8-37.1 Description This work shall consist of having a licensed electrical contractor provide a new electrical service and modifications to the compressor building as shown on the plans and design from Puget Sound Energy (PSE). This work shall include coordinating with PSE to remove the existing service, which is a 3-inch riser on a PSE pole; rerouting the existing 3-inch conduit to the new service pole; providing and installing a weatherhead and 10 feet of 3-inch Sch. 80 PVC conduit riser on the new power pole; installing new 3-phase secondary cables between PSE’s new service pole, coil conductor on riser of new service disconnect, meter, and wireway; and coordinating with PSE to energize the new service. 8-37.2 Construction Requirements The Contractor shall construct all structures to the quantities and/or in the dimensions as shown on the plans and as directed by the Engineer in the field. 8-37.3 Permit Requirements The Contractor shall comply with all applicable requirements of local and state agencies, as stated in the permits included in Section 8. 8-37.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid item: The lump sum contract price for “New Electrical Service and Modifications to the Existing Compressor Building” constitutes full payment for all items, as described in the plans and design from PSE. Payment under this item shall include compensation for all materials and incidentals necessary to provide a complete and fully operational electrical system aside from the materials previously installed by PSE. The lump sum contract price includes but is not limited to furnishing and installing 3-inch conduit, 10 feet of 3-inch Sch. 80 PVC conduit riser, 3-phase secondary cable, and modifications to the existing Lk Fenwick Hypolimnetic Aerator Impr./Heubach 8 - 12 February 22, 2021 Project Number: 18-3003 compressor building; coordinating inspection and signoff from the Washington State Department of Labor & Industries; and coordinating with PSE to energize the new service. Lk Fenwick Hypolimnetic Aerator Impr./Heubach A - 1 February 22, 2021 Project Number: 18-3003 PROJECT SIGN TEMPLATE The following is a sample project sign design. The City’s Multimedia staff will create the final sign design, with text and sponsor logos specific to the aerator project, and the Engineer will provide the Contractor with the design for fabrication. Lk Fenwick Hypolimnetic Aerator Impr./Heubach A - 2 February 22, 2021 Project Number: 18-3003 PERMITS 1. Hydraulic Project Approval [HPA] (WDFW) 2. SEPA (City of Kent) 3. Shoreline Substantial Development Permit (City of Kent) 4. Temporary Use Permit for Governmental Use of WDFW Land (WDFW) Note: The Commercial Building Alteration Permit approved by the City of Kent has not been attached because the permit will not be finalized until a contractor has been selected. PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Kent ATTENTION: Meara Heubach 400 W Gowe St Kent, WA 98032-6019 Project Name:Lake Fenwick Hypolimnetic Aerator Retrofit Project Description:The project is a retrofit of Lake Fenwick's current hypolimnetic aerator. Work will involve the following: replacing the compressor units, raising the roof of the compressor building and installing a maintenance hatch, replacing the aerator pipe raft, replacing the inlet and discharge pipes, installing microbubblers in the inlet pipes, and installing lateral air distribution pipes along the lake bottom. Potential electrical upgrades include replacing Puget Sound Energy's existing utility pole and redoing its connection to the compressor building. A staging area will be used for work done on the compressor building and on the lake. These improvements should supply dissolved oxygen to the hypolimnion, decrease available phosphorus, and reduce harmful algal blooms. PROVISIONS TIMING - PLANS - INVASIVE SPECIES CONTROL 1. TIMING LIMITATION: The project may begin immediately and must completed project by March 24, 2025, provided in-work must occur between July 16 and March 31. 2. APPROVED PLANS: You must accomplish the work per plans and specifications submitted with the application and approved by the Washington Department of Fish and Wildlife entitled, "LAKE FENWICK HYPOLIMNETIC AERATOR PROJECT", dated October 28, 2019, except as modified by this Hydraulic Project Approval (HPA). You must have a copy of these plans and this HPA and a copy of the "Aquatic Plants and Fish" pamphlet HPA dated July 2015 available on site during all phases of the project. 3. INVASIVE SPECIES CONTROL: Follow Level 1 Decontamination protocol for low risk locations. Thoroughly remove visible dirt and organic debris from all equipment and gear (including drive mechanisms, wheels, tires, tracks, buckets and undercarriage) before arriving and leaving the job site to prevent the transport and introduction of invasive species. Properly dispose of any water and chemicals used to clean gear and equipment. For contaminated or high risk sites please refer to the Level 2 Decontamination protocol. You can find this and additional information in the Washington Department of Fish and Wildlife's "Invasive Species Management Protocols", available online at http://wdfw.wa.gov/publications/search.php?Cat=Aquatic Invasive Species. 4. PRE-, DURING, AND POST-CONSTRUCTION NOTIFICATION: You, your agent, or contractor must contact the Washington Department of Fish and Wildlife by e-mail to larry.fisher@dfw.wa.gov and to HPAapplications@dfw.wa.gov; mail to Post Office Box 43234, Olympia, Washington 98504-3234; or fax to (360) 902- 2946 at least three business days before starting work, one day before removing the temporary bypass and again within seven days after completing the work. The notification must include the permittee's name, project location, starting date for work or date the work was completed, and the permit number. The Washington Department of Fish and Wildlife may conduct inspections during and after construction; however, the Washington Department of Fish and Wildlife will notify you or your agent before conducting the inspection. Page 1 of 5 HYDRAULIC PROJECT APPROVAL Washington Department of Fish & Wildlife PO Box 43234 Olympia, WA 98504-3234 (360) 902-2200 Permit Number: 2020-4-209+01 FPA/Public Notice Number: N/A Application ID: 20598 Project End Date: March 24, 2025 Issued Date: March 25, 2020 APPLY TO ALL HYDRAULIC PROJECT APPROVALS LOCATION #1:Site Name: Lake Fenwick Park , Kent, WA 98032 WORK START:March 25, 2020 WORK END:March 24, 2025 WRIA Waterbody:Tributary to: 09 - Duwamish - Green Lake Fenwick 1/4 SEC:Section:Township:Range:Latitude:Longitude:County: NE 1/4 27 22 N 04 E 47.368511 -122.273069 King Location #1 Driving Directions The project site can be accessed from the eastern side of Lake Fenwick Road S, via Lake Fenwick Park's middle parking lot. 4. PRE-, DURING, AND POST-CONSTRUCTION NOTIFICATION: You, your agent, or contractor must contact the Washington Department of Fish and Wildlife by e-mail to larry.fisher@dfw.wa.gov and to HPAapplications@dfw.wa.gov; mail to Post Office Box 43234, Olympia, Washington 98504-3234; or fax to (360) 902- 2946 at least three business days before starting work, one day before removing the temporary bypass and again within seven days after completing the work. The notification must include the permittee's name, project location, starting date for work or date the work was completed, and the permit number. The Washington Department of Fish and Wildlife may conduct inspections during and after construction; however, the Washington Department of Fish and Wildlife will notify you or your agent before conducting the inspection. 5. FISH KILL/ WATER QUALITY PROBLEM NOTIFICATION: If a fish kill occurs or fish are observed in distress at the job site, immediately stop all activities causing harm. Immediately notify the Washington Department of Fish and Wildlife of the problem by calling 425-449-6790. If the likely cause of the fish kill or fish distress is related to water quality, also notify the Washington Military Department Emergency Management Division at 1-800-258-5990. Activities related to the fish kill or fish distress must not resume until the Washington Department of Fish and Wildlife gives approval. The Washington Department of Fish and Wildlife may require additional measures to mitigate impacts. STAGING, JOB SITE ACCESS, AND EQUIPMENT 6. Retain all natural habitat features on the bed or banks including large woody material and boulders. You may move these natural habitat features during construction but you must place them near the preproject location before leaving the job site. 7. Check equipment daily for leaks and complete any required repairs in an upland location before using the equipment in or near the water. 8. Use environmentally acceptable lubricants composed of biodegradable base oils such as vegetable oils, synthetic esters, and polyalkylene glycols in equipment operated in or near the water. CONSTRUCTION-RELATED SEDIMENT, EROSION AND POLLUTION CONTAINMENT 9. Prevent project contaminants, such as petroleum products, hydraulic fluid, fresh concrete, sediments, sediment- laden water, chemicals, or any other toxic or harmful materials, from entering or leaching into waters of the state. 10. Deposit waste material from the project, such as construction debris, silt, excess dirt, or aquatic plant parts, in an upland area above the limits of anticipated floodwater. DEMOBILIZATION AND CLEANUP 11. Do not relocate removed or replaced structures within waters of the state. Remove and dispose of these structures in an upland area above the limits of anticipated floodwater. 12. Remove temporary erosion and sediment control methods after job site is stabilized or within three months of project completion, whichever is sooner. Page 2 of 5 HYDRAULIC PROJECT APPROVAL Washington Department of Fish & Wildlife PO Box 43234 Olympia, WA 98504-3234 (360) 902-2200 Permit Number: 2020-4-209+01 FPA/Public Notice Number: N/A Application ID: 20598 Project End Date: March 24, 2025 Issued Date: March 25, 2020 This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW. Additional authorization from other public agencies may be necessary for this project. The person(s) to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any additional authorization from other public agencies (local, state and/or federal) that may be necessary for this project. This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person (s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in civil action against you, including, but not limited to, a stop work order or notice to comply, and/or a gross misdemeanor criminal charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued under RCW 77.55.021 are subject to additional restrictions, conditions, or revocation if the Department of Fish and Wildlife determines that changed conditions require such action. The person(s) to whom this Hydraulic Project Approval is issued has the right to appeal those decisions. Procedures for filing appeals are listed below. MINOR MODIFICATIONS TO THIS HPA: You may request approval of minor modifications to the required work timing or to the plans and specifications approved in this HPA unless this is a General HPA. If this is a General HPA you must use the Major Modification process described below. Any approved minor modification will require issuance of a letter documenting the approval. A minor modification to the required work timing means any change to the work start or end dates of the current work season to enable project or work phase completion. Minor modifications will be approved only if spawning or incubating fish are not present within the vicinity of the project. You may request subsequent minor modifications to the required work timing. A minor modification of the plans and specifications means any changes in the materials, characteristics or construction of your project that does not alter the project's impact to fish life or habitat and does not require a change in the provisions of the HPA to mitigate the impacts of the modification. If you originally applied for your HPA through the online Aquatic Protection Permitting System (APPS), you may request a minor modification through APPS. A link to APPS is at http://wdfw.wa.gov/licensing/hpa/. If you did not use APPS you must submit a written request that clearly indicates you are seeking a minor modification to an existing HPA. Written requests must include the name of the applicant, the name of the authorized agent if one is acting for the applicant, the APP ID number of the HPA, the date issued, the permitting biologist, the requested changes to the HPA, the reason for the requested change, the date of the request, and the requestor's signature. Send by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234, or by email to HPAapplications@dfw.wa.gov. You should allow up to 45 days for the department to process your request. Page 3 of 5 HYDRAULIC PROJECT APPROVAL Washington Department of Fish & Wildlife PO Box 43234 Olympia, WA 98504-3234 (360) 902-2200 Permit Number: 2020-4-209+01 FPA/Public Notice Number: N/A Application ID: 20598 Project End Date: March 24, 2025 Issued Date: March 25, 2020 MAJOR MODIFICATIONS TO THIS HPA: You may request approval of major modifications to any aspect of your HPA. Any approved change other than a minor modification to your HPA will require issuance of a new HPA. If you originally applied for your HPA through the online Aquatic Protection Permitting System (APPS), you may request a major modification through APPS. A link to APPS is at http://wdfw.wa.gov/licensing/hpa/. If you did not use APPS you must submit a written request that clearly indicates you are requesting a major modification to an existing HPA. Written requests must include the name of the applicant, the name of the authorized agent if one is acting for the applicant, the APP ID number of the HPA, the date issued, the permitting biologist, the requested changes to the HPA, the reason for the requested change, the date of the request, and the requestor's signature. Send your written request by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234. You may email your request for a major modification to HPAapplications@dfw.wa.gov. You should allow up to 45 days for the department to process your request. APPEALS INFORMATION If you wish to appeal the issuance, denial, conditioning, or modification of a Hydraulic Project Approval (HPA), Washington Department of Fish and Wildlife (WDFW) recommends that you first contact the department employee who issued or denied the HPA to discuss your concerns. Such a discussion may resolve your concerns without the need for further appeal action. If you proceed with an appeal, you may request an informal or formal appeal. WDFW encourages you to take advantage of the informal appeal process before initiating a formal appeal. The informal appeal process includes a review by department management of the HPA or denial and often resolves issues faster and with less legal complexity than the formal appeal process. If the informal appeal process does not resolve your concerns, you may advance your appeal to the formal process. You may contact the HPA Appeals Coordinator at (360) 902-2534 for more information. A. INFORMAL APPEALS: WAC 220-660-460 is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete informal appeal procedures. The following information summarizes that rule. A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request an informal appeal of that action. You must send your request to WDFW by mail to the HPA Appeals Coordinator, Department of Fish and Wildlife, Habitat Program, PO Box 43234, Olympia, Washington 98504-3234; e-mail to HPAapplications@dfw.wa.gov; fax to (360) 902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. WDFW must receive your request within 30 days from the date you receive notice of the decision. If you agree, and you applied for the HPA, resolution of the appeal may be facilitated through an informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution is not reached through the informal conference, or you are not the person who applied for the HPA, the HPA Appeals Coordinator or designee may conduct an informal hearing or review and recommend a decision to the Director or designee. If you are not satisfied with the results of the informal appeal, you may file a request for a formal appeal. B. FORMAL APPEALS: WAC 220-660-470 is the rule describing how to request a formal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete formal appeal procedures. The following information summarizes that rule. Page 4 of 5 HYDRAULIC PROJECT APPROVAL Washington Department of Fish & Wildlife PO Box 43234 Olympia, WA 98504-3234 (360) 902-2200 Permit Number: 2020-4-209+01 FPA/Public Notice Number: N/A Application ID: 20598 Project End Date: March 24, 2025 Issued Date: March 25, 2020 A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request a formal appeal of that action. You must send your request for a formal appeal to the clerk of the Pollution Control Hearings Boards and serve a copy on WDFW within 30 days from the date you receive notice of the decision. You may serve WDFW by mail to the HPA Appeals Coordinator, Department of Fish and Wildlife, Habitat Program, PO Box 43234, Olympia, Washington 98504-3234; e-mail to HPAapplications@dfw.wa.gov; fax to (360) 902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, you may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in response to the informal appeal. C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS: If there is no timely request for an appeal, the WDFW action shall be final and unappealable. Habitat Biologist Larry.Fisher@dfw.wa.gov for Director WDFWLarry Fisher 425-449-6790 Page 5 of 5 HYDRAULIC PROJECT APPROVAL Washington Department of Fish & Wildlife PO Box 43234 Olympia, WA 98504-3234 (360) 902-2200 Permit Number: 2020-4-209+01 FPA/Public Notice Number: N/A Application ID: 20598 Project End Date: March 24, 2025 Issued Date: March 25, 2020 KENT ECONOMIC AND COMMUNITY DEVELOPMENT Kurt Hanson Director 220 Fourth Ave S Kent, WA 98032 Fax: 253-856-6454 W^sHtNGTôN RE PHONE: 253-856-5454 February 28,2020 Envi ron menta I Checklist State Environmental Policy Act (SEPA) ENV-202 0-0t/ RPSW-22 0OL7 3 Lake Fenwick Aerator Dear Meara Heubach, Enclosed, please find: A copy of the signed Environmental Checklist for your project The Determination of Nonsignificance (DNS) without conditions The Decision Document There is a 21-day appeal period for appeals to the DNS. All appeals are reviewed by the Kent Hearing Examiner. If you have any questions concern¡ng the SEPA review or the next step in the development plan review process, please call Kent Planning Services at 253-856- 5454. Sincerely, Erin George, AICP Responsible Official 1 1 2 - City of Kent Economic & Commun¡ty Development KENT , CITY OF KENT DETERMINATION OF NONSIGNIFICANCE WasHrNclóN Environmental Checklist No. ENV-2020-01 Project: Lake Fenwick Park Aerator RPSW-2200L73 Description: The Kent Public Works Department proposes improvements to Lake Fenwick's existing in-water aerator, The aerator is comprised of a 300 square foot building with air compressor, a 2-inch pipe to the lake, and an in-water separator box with inlet and outlet pipes. The aerator delivers oxygen to the deepest section of the lake to enhance water quality. Proposed in-water improvements include replacing the existing aerator raft and some o.f its pipes. Proposed on-land improvements include replacing the equipment in the existing compressor building, raising the building roof two feet, and installing a maintenance hatch with a future building permit. Potential electrical upgrades include replacing a nearby existing PSE utility pole and redoing its connection to the compressor building. All in-water construction is proposed outside the seasonal fish window. Location: 25828 Lake Fenwick Road South. King County Parcel Numbers 2722049188, and 2722049057. The project site is zoned SR-6, single family residential. Applicant: Meara Heubach, City of Kent, Public Works Department Lead Agency City of Kent The lead agency for this proposal has determined that it does not have a probable significant adverse impact on the environment. An environmental impact statement (EIS) is not required under RCW 43.2IC.030(2)(c). This decision was made after review of a completed environmental checklist and other information on file with the lead agency. This information is available to the public on request. There is no comment period for this DNS, X This DNS is issued under L97-LL-340(2). The lead agency will not act on this proposal for 14 days from the date of this decision; this constitutes a 14-day comment period. Comments must be submitted by March L3, 2O2O. This DNS is subject to appeal pursuant to Kent City Code section 1 1.03,520. Responsible Official Erin Georoe. AICP Position/Title Current Planninq Manaqer/S PA Official Address ))n ç, Fnrrrth Arrenr rô Llanf \Â/À ORn??Telephon >Dated Februarv B- 2019 Signature APPEAL PROCESS: AN APPEAL OF A DETERMTNATION OF NONSIGNIFICANCE (DNS) MUST BE MADE TO THE ENT HEARING EXAMINER WITHIN TWENW-ONE (21) DAYS FOLLOWING THIS DECISION PER WAC re7 -L1-680 (3)(A)(vrr). CONDITIONS/MITIGATION MEASURES: NONE KENT Plannlng Services Location: ,f00 W Gowe . Mail to: 220 4th Avenue Souù¡ . Kent, WA 98032.5895 Permir cenrer (253) 85S5302 FAX: (253)856-6412 KentWA. gov/perm ltcente r ånrl -T-oLo - \ Environmental Checklist Application Form W^3HtxoTol ECONOMIC & COMMUNITY DEVELOPMENT . ( P.t/Public Notice Board and Application Fee...See Fee Schedule JAN 1 4 2rl20 Please prínt ín hlack ínk only. To be completed by Staff: Application # Received by: EIVI/-A.OAD I KrvA# 'lHleoa o ÊP<Jør - Ç.áca} l7'V l{Ltn Date:Processing Fee: A S_laff review determined that project: l_l Ueets the categorically exempt criteria. Ú4^tno probable significant adverse environmental impact(s) and application should be processed without further consideration of environmental effects. Has probable, significant impact(s) that can be mitigated through conditions. EIS not necessary. Has probable, significant adverse environmental impact(s). An Environmental lmpact Statement will be prepared. An Environmental Statement for this project has already been prepared 3 2 o2D, Signatu Responsible Date B. Comments: C. Type of Permit or Action Requested: s-lbfr>^(Dart@W +-ff| lá,ftrt Ør'lÞ Jìrb(tt4/ È¿¿ D Zoning District: I EosìfiÆc'LSk-¿o b.-far''t GH1.1 pEHilfãË!FH* psd4008_8_1 7 p. 1 of 22 To be completed by Applicant: SEPA CONTACTS AND PROFESSIONALS Please îill out applicable boxes for all ditferent protessionals: Appllcant Name: City of Kent Public Works Department Company Name: Contact Person: Meara Heubach Address: 220 4th Ave S ciry: Kent State:WA zip:98032 Phone(s):253-856-5549 Fax253-856-6500 Fmail: fiìheubach@kentwa. gov Property Owner #1 ¡n nore than 1 propotty owner, use addltlondl shæts) Owner Name: CitV of Kent Company Name: Conlact Person Address:220 4th Ave S City: f(g¡{Shtc.WA zip:98032 Phone(s): 253-856-5200 Fax253-856-6500 Email: Profect Gontact þerson raceiviry atl proJect communicattons if diffêrant from aøicant) Name: Company Name: Archltect Company Name: Engineer Name: tD#:Exp. Date: Address: City:State:zip: Phone(s):Fax: Fmail: Englneor Company Name: Engineer Name: tD#;Exp. Date: Address: City:State:zip: Phone(s):Fax: Email: Contact Person Address: State:City:zip: Fax:Phone(s) Email: Con¡ult¡nt Company Name: Tetra Tech Engineer Name: Adam Baines Contact Person: Adam Baines Address:1420 sth Ave, Suite 650 city: Seattle State:WA zip:98101 Phone{s):206-838-6258 Fax:206-728-9670 Email: adam. baines@tetratech. com Contractor Company Name: Engineer Name: Exp. Date:lD#: Address: zip:Slate:City: Fax:Phone(s) Email: wHl-1 psd4008_8_17 p.2 of 22 To be completed by Applicant: A. Background lnformation: 1 . Name of Project: Lake Fenwick Aerator Retrofit 2. Name of Applicant: citv of Kent Public works Department Mailing Address: 220 4th Ave s; Kent, wA 98032 3. COntaCt PerSOn: Meara Heubach Telephone: 253-856-554e (Note that all conespondence will be mailed to the applicant listed above unless a project contact is designated here and on Page 2 of application.) 4. Applicant is (owner, âgêrìt, other): owner 5. Location. Give general location of proposed project (street address, nearest intersection of streets and section, township and range). See Attachment 1, Background lnformation-Extended Answers 6. Legal description and tax identification number a.Legal description (lf lengthy, attach as separate sheet.): See Attachment 1, Background lnformation--Extended Answers b. TaX identifiCatiOn nUmber. Parcel numbers: 2722049188,2722049044,2722049098 Existing conditions: Give a general description of the property and existing improvements, size, topography, vegetation, soil, drainage, natural features, etc, (lf necessary, attach a separate sheet.). See Attachment 1, Background lnformation--Extended Answers 8. Site Area: 3.93 acres Site DimenSiO¡5. 685 feet x 250 feet Project description: Give a brief, complete description of the intended use of the property or project including all proposed uses, days and hours of operation and the size of the project and site. (Attach site plans as described in the instructions): See Attachment 1, Background lnformation--Extended Answers 7 9. WH1.,1 T:"*u6¡ o,#r;: :':-**'rÌ 1"*äm,22 10. Schedule: Describe the timing or schedule (include phasing and construction dates, if possible). Construction is anticipated to begin in late summer 2020, with mobilization and site preparation. All work below the ordinary high water mark would occur during the approved summer in-water work window. Work would be completed by the end of2021. 11, Future Plans: Do you have any plans for future additions, expansion or further activity related to or connected with this proposal? lf yes, explain. The City may consider applying alum treatments to the lake to further reduce phosphorus concentrations. 12. Permits/Approvals: List all permits or approvals for this project from local. state, federal, or other agencies for which you have applied or will apply as required for your proposal. Agency City of Kent Permlt Typè Date Submlttèd* Number Status* 12t30t19 pending City of Kent Commercia ng a WDFW HPA *Leave blank if not submitted **Approved, denied or pending 13. Environmental lnformation: List any environmental information you know about that has been prepared, or will be prepared, directly related to this proposal, A consulting firm conducts monthly sampling and annual aquatic plant surveys at Lake F---.--:-t- TL - r:-.-- ---r..-- ,-t...-¡-- -..-l:¡.. ---:¡--:-- ----J- TL- ----J^FeilwtuK. tile illlil pluuuucü alilruar wa[çr qudilr.y ilruilrruililg rsPL,r]Ð. r rlE rrrPuil,Ð indicate that there is an overproduction of cyanobacteria and excess phosphorus. 14. Do you know whether applications are pending for governmental approvals of other proposals directly affecting the pruperty cuvered by your ploposal? lf yes, explain. There are no applications or pending approvals directly affecting this project. wH1.1 psd4008-8-17 p.4of22 B. Environmental Elements 1. Earth a. General description of the site (circle one): Flat, rollingdDsteep slopes, mountainous, other: b. What is the steepest slope on the site (approximate percent slope)? 3:1 c. What general types of soils are found on the site (for example, clay, sand, gravel, peat, muck)? lf you know the classification of agricultural soils, specify them and note any agricultural land of long term significance and whether the proposal results in removing any of these soils. Soils within the Lake Fenwick watershed are almost exclusively glacial till of the Alderwood Soil Series. This soil is characterized as a moderately well drained, gravelly sandy loam. There is no agricultural land of long-term significance. d. Are there surface indications or history of unstable soils in the immediate vicinity? lf so, describe. Kent Parks staff has indicated that the bulkhead near the project site has had settling issues. e. Describe the purpose, type, total affected area, and approximate quantities of any filling, excavation or grading proposed. lndicate source of fill. No filling, excavation, or grading is proposed for thís project. f. Could erosion occur as a result of clearing, construction, or use? lf so, generally describe. Construction activities may temporarily remove vegetation (grass) or reduce soil stability, which could result in minimal erosion. g. About what percent of the site will be covered with impervious surfaces after project construction (for example, asphalt or buildings)? This project will not result in the construction of new impervious surfaces. h. Proposed measures to reduce or control erosion, or other impacts to the earth, if any. A Temporary Erosion and Sediment Control (TESC) plan will be prepared. The TESC plan may include best management practices such as use of mulch, containment systems, interim stormwater controls, and cover measures (straw or plastic), as well as reseed¡ng areas temporarily disturbed by construction. Existing vegetation would be preserved to the extent pract¡cable. WH1.1 psd4008_8_1 7 p. 5 of 22 Evaluation for Agency Use Only 2. Air a. What types of emissions to the air would result from the proposal (i.e., dust, automobile, odors, industrial wood smoke) during construction, operations, and maintenance when the project is completed? lf any, generally describe and give approximate quantities if known. During construction, emlssions from construction vehicles and equipment may temporarlly affect local air quality. The emission quantities have not been estimated; however, they are not expected to exceed local emissions standards. Construction activities may also cause fugit¡ve dust emissions. Potential for these emissions would be higher during dry, warm weather cond¡tions when wind and construction equ¡pment create more dust. b. Are there any off-site sources of emissions or odor that may affect your proposal? lf so, generally describe. During construction and maintenance, emissions would be limited to emissions from trucks and equipment. No off-site sources of emissions or odors are anticipated to result from the construction, operation, or maintenance of this project. Proposed measures to reduce or control emissions or other impacts to air, if any. Air quality impacts would be temporary and limited to construction and maintenance activities. Construction and maintenance crews would be required to implement measures to minimize ¡mpaets to air quality, including cleaning vehicles and equipment prior to leaving the construction area, installing and maintaining construction area entrances and exits, and performing vehicle maintenance. 3. Water a. Surface Water: i. ls there any surface water body on or in ihe immediate vicinity of the site (including year-round and seasonalstreams, salt water, lakes, ponds, wetlands)? lf yes, describe type and provide names. lf appropriate, state what stream or river it flows into. -|-l¡a nraiaa+ ¡¡r;li ira iaaala¡i h^v+ +^ an¡i r¡riiirin i aizaI llç PI\,Jçt/l YYlll lJç I\.,t/C¡Iç\¡ tlç^1 ]v qllu Yvllrltll Lqns Fenwick, a22-acre lake fed by ground and stormwater runoff that has no permanent inflowing streams. ii. Will the project require any work over, in or adjacent to (within 200 feet) the described waters? lf yes, please describe and attach available plans. the project wrll involve wÖrk ln Läke Fenwlck to retroflt the current hypollmnetlc äerator. The current in-water aerator raft will be replaced, along with the inlet and discharge pipes. Additional inlet and discharge pipes will be added, as well as lO0{oot lateral distribution p¡pes connected to the lake bottom via buoyancy anchors resting atop the lake bottom. Contractors will move materials out to the raft by boat. iii. Estimate the amount of fill and dredge material that would be placed in or removed from surface water or wetlands and indicate the area of the site that would be affected. lndicate the source of fill material. This project will not utilize fill or dredge materials. c WH1-1 psd4008_8_17 p.6of22 Evaluation for Agency Use Only iv. Will the proposal require surface water withdrawals or diversions? Give general description, purpose, and approximate quantities, if known. No v. Does the proposal lie within a 1O0-year floodplain? lf so, note location on the site plan. No vi. Does the proposal involve any discharges of waste materials to surface waters? lf so, describe the type of waste and anticipated volume of discharge. No b. Ground Water: i. Will ground water be withdrawn from a well for drinking or other purposes? lf so, give a general description of the well, proposed uses and approximate quantities withdrawn from the well. Will water be discharged to ground water? Give general description, purpose, and approximate quantities, if known. For this project, no groundwater will be withdrawn, and no water will be discharged to groundwater. ii. Describe waste material that will be discharged into the ground from septic tanks or other sources, if any (for example: domestic sewage; industrial, containing the following chemicals...; agricultural; etc.). Describe the general size of the system, the number of such systems, the number of houses to be served (if applicable), or the number of animals or humans the system(s) are expected to serve. Not applicable c. Water Runoff (including storm water): i. Describe the source of runoff (including storm water) and method of collection and disposal, if any (include quantities, if known). Where will this water flow? Will this water flow into other waters? lf so, describe. Stormwater will be the only known source of runofi during construction. \Men complete, this p@ect w¡ll not generate any runoff or create new impervious surfaces. Soils in the construction staging area may be temporarily exposed to minimal erosion, but erosion/sediment control measures will be implemented to avoid or minimize impacts. WH1-1 psd4008_8_17 p.7of22 Evaluation for Agency Use Only ii. Could waste materials enter ground or surface waters? lf so, generally describe. No iii. Does the proposal alter or otherwise effect drainage patterns in the vicinity of the site? lf so, describe. No d. Proposed measures to reduce or control surface, ground, and runoff water, and rlrainage pattern impacts, if any: Dur¡ng construct¡on, BMPS as required in the Ecology 401 water quality certif¡cation w¡ll be implemented to control runoff and meet state water qual¡ty criteria. Requirements set forth in the NPDES permit, including implementation of a Temporary Eros¡on and Sediment Control Plan, will minimize water quali9 impacts from construction-related stormwater runoff. 4. Plants a. Check or circle types of vegetation found on the site: ø * s * * * * * * t l,1îirffi.¿:i..,@@,,p.n,(oiñ"ì) ø *âû*t*t****Eversreen tre.@@ pine,6tD ø **sr****r*******r*r @ø r***s0â0***sÊrs**ô*û@) *t****Ê****S**S**t* Pasture âûâttttltttttûtttûtcrop or srain **S*Ê*** Orchards, vineyards or other permanent crops ø ** wetsoir prrntr'@@burrush,other ø **Sâ***t water ptants: water tity, eersrassGjäıììì6iñeì ø Û************* other types of vesetation \Mllows, ferns b. What kind and amount of vegetation will be removed or altered? No vegetation will be removed or altered. WH1.1 c. List threatened or endangered species known to be on or near the site. psd4008_8_17 p.8of22 Evaluation for Agency Use Only , ".) No threatened or endangered plant species are known or anticipated to be in the vicinity of the project site. d. Proposed landscaping, use of native plants, or other measures to preserve or enhance vegetation on the site, if any: Grass in the staging area may be disturbed during construction. lf disturbed, this area would be replanted with grass post-construction, e. List all noxious weeds and invasive species known to be on or near the site. See Attachment 5, Noxious Weeds and lnvasive Species on or near Site. 5. Animals a. List any birds and other animals which have been observed on or near the site or are known to be on or near the site: Birds ¡' waterfowl Mammals: deer, bear, elk@othe.raccoon, muskrat, small rodents Fish:@ salmon@herring, shellfish, other: srass carp, brack crappie, brown bullhead, pumpkinseed, yellow perch b. List any threatened or endangered species known to be on or near the site. No threatened or endangered animal species are known or anticipated to be in the vicinity of the project site. c. ls the site partof a migration route? lf so, explain. Lake Fenwick is located along the Pacific Flyway, a major north-south migratory route for birds. d. Proposed measures to preserve or enhance wildlife, if any: The proposed aerator retrofit should decrease harmful algal blooms, which can clog fish gills and create toxins detrimental to fish and other animals. e. List any invasive animal species known to be on or near the site. Bullfrog 6. Energy and Natural Resources a. What kinds of energy (electric, natural gas, oil, wood stove, solar) will be used to meet the completed project's energy needs? Describe whether it will be used for heating, manufacturing, etc. WH1-1 psd4008_8_17 p.9of22 Evaluation for Agency Use Only Puget Sound Energy's network will provide the electrical energy that powers the aerator. b. Would your project affect the potential use of solar energy by adjacent properties? lf so, generally describe. No ¡ \/tlhat lzin¿{a nl Âhôr^r, ¡nncanralinn {oafi rrac ora in¡lr r¡la¡{ in lha nl¡nc n{ thicw. rrrrqr f\ilrve vr wrrwrvt rr rrrw Prqrrv vr rrrg proposal? List other proposed measures to reduce or control energy impacts, if any: The compressor building will use LED lighting. 7. Environmental Health a. Aro there any environmental health hazards, ineluding exposure to toxie chemicals, risk of fire and explosion, spill, or hazardous waste, that could occur as a result of this proposal? lf so, describe. During construction, vehicles and equipment will use gasoline and hydraulic fluids, but a spill prevention and countermeasures plan will be in place to address potential spills from the vehicles and/or equipment. i. Describe any known or possible contamination at the site from present or past uses. TL--- :- -- t---.-,- -^-a---:--r:-- -¡ ¡L- ---:--¡ -:¡-I ¡lelc tö ltu l\ltuwil uuillalililtalruil at urg Prujgut ùil,u. ii. Describe existing hazardous chemical conditions that might affect project development and design. This includes underground liquid and gas transmission pipelines located within the project area and in the vicinity. Construction and maintenance activities will not disturb any underground or above-ground facilities, as there are no liquid or gas pipelines in the project area. i¡i. Describe any toxic or hazardous chemicals that might be stored, used, or produced during the project's development or construction, or at any time during the operating life of the project. During construction, there will be typical exposure to gasoline, oil, hydraulic fluids, and related materials associated with construction equipment. Equipment will be refueled in a designated area, and appropriate containment measures will be implemented. A spill prevention and countermeasures plan will also be prepared and implemented. wHl-1 psd4008_8_17 p.100122 Evaluation for Agency Use Only iv. Describe special emergency services that might be required. No special emergency services will be required during construction or operation. v. Proposed measures to reduce or control environmental health hazards, if âny: EQuipment will be refueled in a designated area, with absorbent pads in place and spill conta¡nment equipment present to reduce the potential for contaminants to reach the water if an accidental spill or leakage occurs. Each day during construction, all heavy equipment will be inspected prior to operating. All machinery operating below ordinary high water mark will use biologically degradable hydraulic fluid. A spill prevention and countermeasures plan will also be prepared and implemented. b. Noise i. What types of noise exist in the area which may affect your project (for example: traffic, equipment operation, other)? Traffic on Lake Fenwick Road is the main noise source. \Men operating seasonally, the aerator's compression equipment produces a low level of noise. During construction, there will be minimal noise from equipment and vehicles between 7 a.m. and 6 p.m. ii. What types and levels of noise would be created by or associated with the project on a short{erm or a long{erm basis (for example: traffic, construc- tion, operation, other)? lndicate what hours noise would come from the site Construction vehicles and equipment will cause temporary noise. Poslconstruct¡on, operating the aerator will not cause any long{erm no¡se impacts because the compressor building already emits lowievel noise. Routine maintenance equ¡pment and vehicles will also produce temporary low-level noise. iii. Proposed measures to reduce or control noise impacts, if any: Short-term increases in noise will be limited to the construction period. To minimize noise impacts, construction will happen on weekdays from 7 a.m to 6 p.m. Gonstruction noise levels will not exceed City of Kent maximum permissible environmental noise levels (Kent City Code 8.05.090). 8. Land and Shoreline Use a. What is the current use of the site and adjacent properties? Will the proposal affect cunent land uses on nearby or adjacent properties? lf so, describe. The site is in Lake Fenwick Park, which is used for boating, fishing, walking, and wildlife viewing. Adjacent properties are residential. These properties may experience minor inconveniences, such as noise or reduced traffic lanes, but the completed project will not modify land use. b. Has the project site been used or working farmlands or working forest lands? lf so, describe. No. There are no work¡ng farm or forest lands in the project area. How much agricultural or forest land of longterm commercial significance will be converted to other uses as a result of the proposal, if any? lf resource lands have not yet been designated, how many acres in farmland or forest land tax status will be converted to nonfarm or nonforest use? wH1-1 psd4008,8_17 p.11 of22 Evaluation for Agency Use Only Not applicable Will the proposal affect or be affected by surrounding working farm or forest land normal business operations, such as oversize equipment access, the application of pesticides, tilling and harvesting? lf so, how: No C. DeSCribe any StruCtufeS On the Site. There is a park¡ng lot with 9 spaces and a small building (=300 square feet) that houses the air compression equipment. An underground copper pipe delivers compressed air from the compressor building to the aerator in the lake. There is an in-lake raft (=J35 square feet) that connects to and supports the aerator's inlet and outlet pipes. d. Will any structures be demolished? lf so, what? No structures w¡ll be demolished. The roof of the compressor building will be removed and replaced e. What rs the current zoning classification of the site? SR-6: Single Family 6 Units/Acre f. What is the cunent comprehensive plan designation of the site? OS: Parks anci Open Space g. lf applicable, what is the current shoreline master program designation of the site? Urban Conservancy - Open Space h. Has any part of the site been classified as a critical area by the city or county? lf so, specify. The City of Kent considers geologic hazard areas to be criticalareas, and there is an erosion hazard. Approximately how many people would reside or work in the completed project? The project will not result in any on-site homes or work opportunities. Post-construction, small maintenance crews will visit the site infrequently. WH1-1 psd4008_8_17 p.120122 Evaluation for Agency Use Only j. Approximately how many people would the completed project displace? The completed project will not displace any people. k. Proposed measures to avoid or reduce displacement impacts, if any: The completed project will not displace any people Proposed measures to ensure the proposal is compatible with existing and projected land uses and plans, if any. No measures are necessary because the projectwill not change the use of existing or projected lands. The retrofitted aerator will improve water quality, thereby enhancing already present recreational opportunities in Lake Fenwick. m. Proposed measures to ensure the proposal is compatible with nearby agricultural and forest lands of long term commercial significance, if any: Not applicable 9. Housing a. Approximately how many units would be provided, if any? lndicate whether high, middle, or low income housing. This project will not provide any housing units. b. Approximately how many units, if any, would be eliminated? lndicate whether high, middle, or low income housing, This project will not eliminate any housing units. c. Proposed measures to reduce or control housing impacts, if any Not applicable 10. Aesthetics a. What is the tallest height of any proposed structure(s), not including antennas; what is the principal exterior building material(s) proposed? The existing compressor building, currently I feet I inches tall, will be extended 2 feet, to a final height of 10 feet 8 inches. The building's principal exterior material is concrete. The replacement roof will also be mainly concrete. wH1.1 psd4008_8_17 p.13o122 Evaluation for Agency Use Only b. What views in the immediate vicinity would be altered or obstructed? Construction equipment and vehicles will temporarily impact views of the lake. After construction, the views of park visitors and residents living adjacent to the site will not be altered or obstructed. Proposed measures to reduce or control aesthetic impacts, if any. No measures are proposed. 11. Light and Glare a. What type of light or glare will the proposal produce? What time of day would it mainly occur? Construction will occur during daytime hours (7 a.m. to 6 p.m.), so impacts from llghtlng are not antlcipated. Glare would only result frorn the ptesettce of constructlon equlpment. The completed project will not produce any light or glare. b. Could light or glare from the finished project be a safety hazard or interfere with views? No c. What existing off-site sources of light or glare may affect your proposal? No off-site sources of light or glare will affect the project d. Proposed measures to reduce or control light and glare impacts, if any Not applicable 12. Recreation a. What designated and informal recreational opportunities are in the immediate vicinity? The project is located within Lake Fenwick Park, where residents fish, use boats, walk on park [rai]s, view wildli[e, and play disc golf. b. Would the proposed project displace any existing recreational uses? lf so, describe. During construction, there will be temporary disruptions to some of the park's recreational uses. Visitors will not be able to access the park from the middle parking lot, and boating access will be limited during in-water construction. Proposed measures to reduce or control impacts on recreation, including recreation opportunities to be provided by the project or applicant, if a ny. c WH1-1 psd4008_8_17 p.140122 Evaluation for Agency Use Only Access will remain open to the park during construction. Visitors will be able to use the park's other two parking lots, and signs will be posted advising visitors about closures to the boat launch. 13. Historic and Cultural Preservat¡on a. Are there any buildings, structures, or sites, located on or near the site that are over 45 years old listed in or eligible for listing in national, state, or local preservation registers located on or near the site? lf so, specifically describe. No b. Are there any landmarks, features, or other evidence of lndian or historic use or occupation? This may include human burials or old cemeteries. Are there any material evidence, artifacts, or areas of cultural importance on or near the site? Please list any professional studies conducted at the site to identify such res0urces. There are no known landmarks, features, or evidence of lndian or historic use of occupation. No recent historic studies have been conducted on the site. The project manager did not request a study of the site because this project is a retrofit of existing infrastructure and there are no known historic or cultural resources on site. c. Describe the methods used to assess the potential impacts to cultural and historic resources on or near the project site. Examples include consultation with tribes and the department of archeology and historic preservation, archaeological surveys, historic maps, GIS data, etc. The proiec{ manager submitled a consult letter to an archaeolog¡st for lhe Muckleshool lndian Tribe and submitted ân EZI fom to Or. Wìitlam of the Washington State Department of Archaelogy and H¡storic Preservation (DAHP). Using DAHP's VMSAARD database, lhe pro¡ecl manager reviewed maps of probabil¡ty est¡mates for archaeologicâl resources. The proiect manager also consulted with Bryan Higgins, a coord¡nator with Kent Parks, who managed and coordinated permitting lor â 2017 boardwalk replacement project in Lake Fenw¡ck. Bryan reported that there were no known historic or cultural resources on the site. d. Proposed measures to avoid, minimize, or compensate for loss, changes to, and disturbance to resources. Please include plans for the above and any permits that may be required. The project is not anticipated to affect cultural resources. lf any artifacts are found during construction, the project will be stopped, the site will be secured, and the Muckleshoot lndian Tribe and DAHP will be contacted for guidance. 14. Transportation a. ldentify public streets and highways serving the site or affected geographic area, and describe proposed access to the existing street system. Show on site plans, if any. Construction equipment will access the site via Lake Fenwick Road, which provides direct access to the site. b. ls the site or affected geographic area currently served by public transit? lf so, generally describe. lf not, what is the approximate distance to the nearest transit stop? wHl-1 psd4008_8_17 p.15ol22 Evaluation for Agency Use Only King County Metro bus lines 166 and 183 have stops within 0.7 miles of the project. c. How many additional parking spaces would the completed project or non-project proposal have? How many would the project or proposal eliminate? The project will not create or eliminate parking spaces. During construction, ^^^^^^ ¿^ ¡L^ ô ^^-l.i^- i^ +h^ l^+ ^¡;-^^^+ ¡^ +h^ Â^a^.^^^^r h' ';l¡;á^ r¡¡¡llouwÐÐ tv lrrE I PqrNilrY ÐPowÐ ilr lrrç rvl quJoggrrr rv urs gvrrrlJrÞùovr vuilvilrv Yt[r be temporarily limited, but full access will be restored after construction. r.l Will tha nrnnneal ronr rirp ânv nêw ôr ¡mnrôvêmênlc tn ovictinn rnade qtroelc rr vrvYer pedestrian, bicycle, or state transportation facilities, not including driveways? lf so, generally describe (indicate whether public or private). No e. Will the project or proposal use (or occur in the immediate vicinity of) water, rail, or air transportation? lf so, generally describe. No How many vehicular trips per day would be generated by the completed project or proposal? lf known, indicate when peak volumes would occur and what percentage of the volume would be trucks (Such as commercial and non- passenger vehicles). What data or transportation models were used to make these estimates?. TL- ----t^¡^l --^:--¡,..;il -^¡ l-^-^^^^ .,^l^;^,.t^- +-:-^ ^-I ilC UUiltplEtEU PTUJYUT, Wilr ilUr ilrU¡Ec¡ùE Vrriltr,UrAr UIPù tJl affect the existing road network. g. Will the proposal interfere with , affect or be affected by the movement or agricultural and forest products on roads or streets in the area? lf so, generally describe? No h. Proposed measures to reduce or control transportation impacts, if any. Road or lane closures are not anticipated during construction. lf any closures are required for construction access, appropriate traffic control will be implemented, consistent with City requirements. 15. Public Services a. Would the project result in an increased need for public services (for example: fire protection, police protection, public transit, health care, schools, other)? lf so, generally describe. No WH1.1 psd4008_8_17 p.16oÍ22 Evaluation for Agency Use Only b. Proposed measures to reduce or control direct impacts on public services, if any. Not applicable 16. Utilities a. Circle utilities currently available at tne site@naturalgas, water, refuse service, telephone, sanitary sewer, septic system, other. b. Describe the utilities that are proposed for the project, the utility providing the service and the general construction activities on the site or in the immediate vicinity, which might be needed. Puget Sound Energy will upgrade the electrical system by installing a 3-phase 2771480V system. The system upgrade will potentially require replacement of the utility pole and its cans and installation of a concrete handhole. C. Signature I swear under penalty of perjury that all information provided on this document is true and conect to the best of my knowledge. Signature:1/^itt-*- Pfinted [¿¡g' Meara Heubach Position and Agency/O rganization þ¿lg'. 1t13t2o2o wH1-'l psd4008_8_17 p.17 ú22 Evaluation for Agency Use Only DO NOT USE THIS SHEET FOR PROJECT ACTIONS D. Supplemental Sheet for Nonproject Actions Because these questions are very general, it may be helpful to read them in conjunction with the list of the elements of the environment. When answering these questions, be aware of the extent the proposal, or the types of activities likely to result from the proposal, would affect the item at a greater intensity or at a faster rate than if the proposal were not implemented. Respond briefly and in general terms. i. How wouid the proposai be likeiy to increase discharge to water; emissions to air; production, storage, or release of toxic or hazardous substances; or production Of nOiSe? Because this project is a retrofit of exisling equipment and will not cxparrd arry tru¡lúing füutpr¡nts ùl- r:reåtê àdd¡tionål pênìlàrìênt 3trusturê3, the project will not increase discharge to water, air emissions, release of hazardous substances, or noise. Proposed measures to avoid or reduce such increases are Public Works maintenance staff and consultants water quality monitoring will monitor the compressor building and in-lake equ¡pment and report back any illicit d¡scharge or above-normal noise. 2. How would the proposal be likely to affect plants, animals, fish, or mafing lifgî There should bc no impâcts to tcrrcstrial plants or animols. Fich ond b¡rdc that oat tho lake fish should benef¡t from the proposal because fa¡rer and less intense harmful algal blooms would benefit their health. Residents' dogs would also be safer with cleaner water Proposed measures to protect or conserve plants, animals, fish, or marine life are: Post-construction pro.iect maintenance will not the removal of or animals. Animals will benefit from improved water quality. 3. How would the proposal be likely to deplete energy or natural resources? - The relrofitted aerator will have more electr€al energy needs than the current model. Proposed measures to protect or conserve energy and natural resources are . As is the current pract¡ce, the aerator will only be turned on seasonally, when algal blooms are most likely. 4. How would the proposal be likely to use or affect environmentally sensitive areas or areas designated (or eligible or under study) for governmental protection; such as parks, wilderness, wild and scenic rivers, WH1.1 psd4008_8_17 p.18oÍ22 Evaluation for Agency Use Only threatened or endangered species habitat, historic or cultural sites, wetlands, floodplains, or prime farmlands? The proposed project is in a park. The retrof¡tted aerator should improve water quality, which would likely attract more park users, such as anglers and boaters. Proposed measures to protect such resources or to avoid or reduce impacts ¿¡9. The project should enhance park use and encourage residents to use the resources dedicated to their recreation, such as the boardwalk replaced in 2017 5. How would the proposal be likely to affect land and shoreline use, including whether it would allow or encourage land or shoreline uses incompatible with existing plans?Since the project should improve water quality, the proiec{ ¡ead to more use, which would entail more use of the land and shoreline near the aerator. Park visitors cu flsh from the shore between the compressor building and aerator raft, so there mey be more foot traff¡c in lhis area. These uses are compatible with existing plans. Proposed measures to avoid or reduce shoreline and land use impacts are: _ The aeralor raft will double in size, which may attract park visitors, some of whom already use the raft ¡nappropriately as a swimming or suntanning dock. The new raft will have s¡gns installed on or near ¡t advising lake users to stay off and away from the raft, 6. How would the proposal be likely to increase demands on transportation or public SefViCgS and Utilitigs? The retrofitted aerator will have greater electrical energy demands than the current aerator Proposed measures to reduce or respond to such demand(s) are: As is the current practice, the aerator will only be turned on seasonally, when algal blooms are most likely. 7. ldentify, if possible, whether the proposal may conflict with local, state, or federal laws or requirements for the protection of the environment. rhe proposal alisns with environmental protect¡on laws. Lake Fenwick ¡s currently on the Department of Ecology's 303(d) list for being impaired by pollutants. Retrof¡tting the aerator and thus improving water qual¡ty would help bring Lake Fenwick into compliance with the law. wH1-1 psd4008_8_17 p. 19 of 22 Evaluation for Agency Use Only ECONOMIC & COMMUNITY DEVELOPMENT Kurt Hanson, Director PLANNING SERVICES Erin George, AICP, Current Planning Manager Phone: 253-856-5454 Fax: 253-856-6454 Address: 220 Fourth Avenue S. Kent, WA 98032-5895 ENVIRONMENTAL REVIEW REPORT DNS Decision Document LAKE FENWICK PARK AERATOR IMPROVEMENTS ENV-2020-01 / #RPSW-2200173 Responsible Official: Erin George, AICP Staff Contact: Kaelene Nobis I. PROPOSAL The Kent Public Works Department proposes improvements to Lake Fenwick’s existing in-water aerator. The aerator is comprised of a 300 square foot building with air compressor, a 2-inch pipe to the lake, and an in-water separator box with inlet and outlet pipes. The aerator delivers oxygen to the deepest section of the lake to enhance water quality. Proposed in-water improvements include replacing the existing aerator raft and some of its pipes. Proposed on-land improvements include replacing the equipment in the existing compressor building, raising the building roof two feet, and installing a maintenance hatch with a future building permit. Potential electrical upgrades include replacing a nearby existing PSE utility pole and redoing its connection to the compressor building. All in-water construction is proposed outside the seasonal fish window. The project occurs both in water and on land within 200 feet of Lake Fenwick and is subject to the requirements of the Kent Shoreline Master Program. A Shoreline Substantial Development Permit was submitted to the City of Kent on January 2, 2020 (SMA-2020-1, RPSP-2200016). Lake Fenwick Park is located at 25828 Lake Fenwick Road South and is identified by King County Parcel Numbers 2722049188, and 2722049057. Lake Fenwick Park and Lake Fenwick are in southwestern Kent. The southern part of Lake Fenwick is within unincorporated King County, but all project work is proposed within Kent city limits. The parcels are zoned SR-6, Single Family Residential. II. BACKGROUND INFORMATION Compliance with Kent's Comprehensive Plan (Ordinance 4163), the Washington State Growth Management Act (GMA), The Local Project Review Act (ESHB 1724 and ESB 6094), Kent's Construction Standards (Ordinance 3944) and Concurrency Management (Chapter 12.11, Kent City Code) will require concurrent improvements or the execution of binding agreements by the Applicant/Owner with Kent to mitigate identified environmental impacts. These improvements and/or agreements may include improvements to Decision Document Lake Fenwick Aerator Decision ENV-2020-1 / RPSW-2200173 Page 2 of 8 roadways, intersections and intersection traffic signals, stormwater detention, treatment and conveyance, utilities, sanitary sewerage and domestic water systems. Compliance with Kent's Construction Standards may require the deeding/dedication of right-of-way for identified improvements. Compliance with Title 11.03 and 11.06 of the Kent City Code may require the conveyance of Sensitive Area Tracts to the City of Kent in order to preserve trees, regulate the location and density of development based upon known physical constraints such as steep and/or unstable slopes or proximity to lakes, or to maintain or enhance water quality. Compliance with the provisions of Chapter 6.12 of the Kent City Code may require provisions for mass transit adjacent to the site. In addition to the above, Kent follows revisions to the Washington State Environmental Policy Act, Chapter 197-11 WAC (effective November 10, 1997), which implements ESHB 1724 and ESB 6094, and rules which took effect on May 10, 2014 in response to 2ESSB 6406 passed by the State Legislature in 2012. III. ENVIRONMENTAL ELEMENTS A. Earth The proposed site is hilly with the steepest slope on site of 3:1. The soils within the Lake Fenwick watershed are almost exclusively glacial till of Alderwood soil series. The soil is characterized as a moderately well drained gravelly, sandy loam. The Parks Department has indicated that the bulkhead near the project site has had a history of settling issues. According to the city’s GIS data, the site is characterized by steep slope and geologic hazard areas to the north and west of the lake, outside the project area. The entire site, including within the project area is noted as a Seismic Hazard Area. No filling, excavation, or grading is proposed for the project. Construction activities may temporarily remove grass or reduce soil stability, which may result in erosion. A Temporary Erosion and Sediment Control (TESC) plan will be prepared. Best Management Practices will be followed to minimize erosion during construction. Disturbed soils will be reseeded or landscaped after construction. Existing vegetation will be preserved to the maximum extent feasible. A silt fence shall be located at Ordinary High-Water mark to avoid sedimentation and erosion from the compressor building improvements into the Lake. B. Air Emissions typical of construction equipment may occur during construction. Equipment will be kept in good working condition to minimize air pollution. During periods of dry weather, watering down exposed soils, washing truck wheels before exiting the site and maintaining gravel construction entrances in accordance with the approved Temporary Erosion/Sedimentation Control Plan will keep Decision Document Lake Fenwick Aerator Decision ENV-2020-1 / RPSW-2200173 Page 3 of 8 dust particle emissions to a minimum. Following construction, emissions will be generated from trucks and employee vehicles entering and leaving the site, but any increase in such traffic is expected to be marginal. C. Water 1. Surface The project is located within the water and on the shoreline of Lake Fenwick. Lake Fenwick is a 22-acre lake fed by ground and storm water run-off that has no permanent inflowing streams. Boats to perform the in-water work of replacing the aerator raft and pipes will launch from the existing boat launch. The work for the compressor building and electrical work will happen on the shore and will be located within 200 feet of the ordinary high-water mark (OHWM) of Lake Fenwick. Accordingly, a Shoreline Substantial Development Permit is required and is subject to the requirements of the Kent Shoreline Master Program. The applicant applied for a Shoreline Substantial Development Permit on January 2, 2020, which is currently under review. The proposal is to replace existing equipment and alter the height of the existing building. No additional impervious surfaces are proposed. The building is located about 100 feet from the shoreline. The results of the project should not impact ground water or water runoff greater than the existing facilities. According to the Department of Ecology’s list of impaired waterbodies, Lake Fenwick is identified as a 303d waterbody due to elevated phosphorus levels. Lake Fenwick has historically contained toxin levels above State Department of Health recommended guidance thresholds and warning signs have been posted as recently as October 2019 due to high levels of algal toxin microcystin. The replacement aerator will introduce more oxygen into the lake, which is a method to combat the pollution level. The lake is fed by stormwater runoff from nearby properties, which is a contributing factor to the pollution and increased algae bloom in the lake. The site contains lake-fringe wetlands associated with Lake Fenwick. Classification of the wetlands was exempted per Kent City Code (KCC) Section 11.06.040(4), and KCC 11.06.040(5) regarding maintenance and repair of existing public structures, trails, utilities, and associated structures. The wetland is located along the fringe of Lake Fenwick and shall be protected within accordance with Kent City code 11.06. Historic Wetland File 07-28 contains information regarding the wetland reviewed under a prior SEPA analysis for the bulkhead replacement, ENV-2008-18, RPSA 2081456. Decision Document Lake Fenwick Aerator Decision ENV-2020-1 / RPSW-2200173 Page 4 of 8 2. Ground According to King County iMap1, a Category 2 Critical Aquifer Recharge Area exists south and west of the lake. None of the project proposal is within this mapped area. The applicant shall protect groundwater recharge quantity through implementation and use of low impact design and development and incorporating best management practices included in the City of Kent Surface Water Design Manual to infiltrate storm water runoff to the maximum extent practical. 3. Water Runoff Stormwater is the only known source of runoff during construction. When complete the project will not generate any new runoff or create new impervious surfaces. Soils in the construction staging area may be temporarily exposed to minimal erosion, but erosion/ sediment control measures will be implemented to avoid or minimize impacts. D. Plants Vegetation in the project area consists of deciduous and evergreen trees, grass, wet soil plants, water plants, willows and ferns. Minimal vegetation, consisting of grass and groundcover near the compressor site will be removed for construction. Disturbed areas will be replanted and reseeded after completion. Given the native and undisturbed habitat surrounding the lake, many noxious weeds and invasive species are known to be on or near the project site. Species of noxious weeds found onsite include: Bohemian knotweed, Brazilian elodea, English holly, English ivy, English laurel, Eurasian watermilfoil, Evergreen and Himalayan blackberry, Fragrant waterlily, Herb Robert, Reed canarygrass and Floating heart. E. Animals Due to the proposed lake impacts a Hydraulic Project Approval (HPA) may be required from the Washington State Department of Fish and Wildlife (WDFW). Various animals have been observed on or near the site, including birds, mammals and fish. Birds that have been observed in the project area including hawk, herons, songbirds, and eagles. Beaver, racoon, and other small mammals such as rodents have also been observed. The area, along with most of the Puget Sound region, is located within the Pacific Flyway, a major north-south corridor for migratory birds in America. The lake is a popular fishing destination with a variety of fish species. The lake is populated with largemouth bass, trout, grass carp, black 1 https://gismaps.kingcounty.gov/iMap/ Decision Document Lake Fenwick Aerator Decision ENV-2020-1 / RPSW-2200173 Page 5 of 8 crappie, brown bullhead, yellow perch and pumpkinseed. Grass carp are non-native species that were introduced into the lake to help control and eradicate Brazilian Elodea, an aggressive non-native aquatic weed that is exacerbating water quality issues. By conducting the work outside the seasonal fish window and complying with any conditions applied by WDFW, the project will minimize temporary fish and wildlife impacts. F. Environmental Health The site and its vicinity were historically used for agriculture. According to the What's in My Neighborhood2 interactive mapping tool provided by the Washington State Department of Ecology, the site is not known to contain toxic contaminants. According to the Dirt Alert3 interactive mapping tool, the site is shown to be in an area of potential arsenic contamination between 20 and 40 parts per million. The State Department of Ecology recommends soil sampling for properties in areas with estimated arsenic levels above the state cleanup level of 20 parts per million. Short term increases in noise will be limited to the construction period. To minimize noise impacts to the surrounding residential neighborhood, construction will occur on the weekdays between 7:00 AM and 6:00PM, not to exceed the maximum allowed noise level per Kent City Code 8.05.090. Mufflers will be required on all vehicles with combustion engines. G. Land and Shoreline Use The subject site is located within the SR-6, Single Family Residential zoning district. The north portion of Lake Fenwick and surrounding residential properties within the city of Kent were annexed in 1960 under Ordinance Number 1078. The comprehensive plan designation for the property is OS - Open space. The immediate area around the park and lake is comprised of park lands, single family homes, and densely vegetated single-family parcels. An approved city of Kent zoning permit is on file for site improvements in August of 1989. The plans include a site plan for the establishment of the park, including the middle parking lot, landscaping, and trail plans. The city obtained a Hydraulic Project Approval, and Army Corp approval in 1989 to fill a portion of the wetland to construct the park. Historically, the park was utilized as a recreation facility with cabins on the western slopes. The state of Washington began to stock the lake with trout each year. Increased degradation of the lake began in the early 1970’s and began to reduce fish habitat. Due to this degradation the Kent Parks Department proposed the original in-water aerator and 2 https://apps.ecology.wa.gov/neighborhood/ 3 https://fortress.wa.gov/ecy/smeltersearch/ Decision Document Lake Fenwick Aerator Decision ENV-2020-1 / RPSW-2200173 Page 6 of 8 compressor building in 1994. The city issued an MDNS under file ENV- 94-17, for the water quality enhancement proposal. Subsequently, the existing compressor building, aerator, and associated equipment were permitted in 1994 under city of Kent building permit number 3618. Lake Fenwick is a shoreline regulated by the City of Kent Shoreline Master Program (SMP). The environment designations in the SMP around the park are Urban Conservancy, Open Space and Shoreline Residential. This water oriented recreational use is a permitted use under the in both environment designations. The proposed project requires a Shoreline Substantial Development Permit, which was submitted to the city and is currently under review. The project will be required to comply with the Shoreline Substantial Development Permit conditions and SMP to ensure no net loss of shoreline ecological functions. H. Aesthetics The compressor equipment will be enclosed with buildings approximately 10 foot 8 inches feet in height. The buildings will include a Chamfer roofs, door openings, and neutral finish material. The compressor building is located interior to the park and is not visible from the right-of-way or adjacent properties due to mature vegetation surrounding the building and location. I. Light and Glare As stated by the applicant in the environmental checklist, the project is not anticipated to produce any light or glare. Any lighting provided for the proposed compressor building will be internal to the project site, not visible from adjoining properties and shielded by the existing mature vegetation. J. Recreation The lake is a known recreational boating and fishing destination. In addition to water activities, residents view wildlife, walk on the trails and play disc golf. During construction, temporary impacts to the availability of the boat launch and middle parking lot will occur. To minimize impacts, visitors may continue to use the other two parking lots and signs will be posted in advance for closures to the boat launch. K. Historic and Cultural Preservation According to the Department of Archaeology and Historic Preservation’s (DAHP) Washington Information System for Architectural & Archaeological Records Data4, no historic or cultural sites are located on site or in vicinity. Additionally, DAHP was notified of this project and did not submit comments. Should archaeological materials (e.g. bones, shell, stone tools, beads, ceramics, old bottles, hearths, etc.) or human remains be observed during project activities, 4 https://wisaard.dahp.wa.gov/ Decision Document Lake Fenwick Aerator Decision ENV-2020-1 / RPSW-2200173 Page 7 of 8 all work in the immediate vicinity should stop. The State Department of Archaeology and Historic Preservation and the City should be contacted immediately to help assess the situation and determine how to preserve the resource(s). Compliance with all applicable laws pertaining to archaeological resources (RCW 27.53, 27.44 and WAC 25-48) is required. Comments were received from the Duwamish Tribe regarding the possibility of encountering cultural artifacts. A condition regarding this will be placed on the Shoreline Substantial Development permit, stating that if cultural artifacts are found during this project, the City, State and Tribes should be contacted immediately. L. Transportation The proposed renovations and improvements will not generate the need for increased transportation services. All the work proposed is on existing equipment and structures. Temporary impact to the transportation system will be minor with construction equipment accessing the park via Lake Fenwick Road. Nine (9) parking spaces will be utilized by construction equipment during the active work on the site. Visitors can use the other two parking lots during construction. M. Public Services The proposed project is not anticipated to impact public services such as fire protection, police, or schools. N. Utilities This site is currently served by the public sanitary sewer system and the public water system. No improvements are needed for water or sewer. The project may result in additional electrical need. Puget Sound Energy will upgrade the electrical system, which may require replacement of the nearby utility pole. IV. SUMMARY AND RECOMMENDATION A. Per WAC 197-11-660 and RCW 43.21C.060, the City of Kent may establish conditions to mitigate any identified impacts associated with this proposal. The following supporting documents serve as possible bases for any conditions and mitigating measures: 1. City of Kent Comprehensive Plan, as prepared and adopted pursuant to the State Growth Management Act. 2. The State Shoreline Management Act and the Kent Shoreline Master Program. 3. Kent City Code Section 7.07, Surface Water and Drainage Code. 4. City of Kent Transportation Plan, Green River Valley Transportation action plan and current Six-Year Transportation Improvement Plan. 5. Kent City Code Section 7.09, Wastewater Facilities Plan. 6. City of Kent Comprehensive Water Plan and Conservation Element. 7. Kent City Code Section 6.02, Required Public Improvements. 8. Kent City Code Section 6.07, Street Use Permit Requirements. Decision Document Lake Fenwick Aerator Decision ENV-2020-1 / RPSW-2200173 Page 8 of 8 9. Kent City Code Section 14.09, Flood Hazard Protection. 10. Kent City Code Section 12.04, Subdivision Code. 11. Kent City Code Section 12.05, Mobile Home Parks and Section 12.06, Recreation Vehicle Parks. 12. Kent City Code Section 8.05, Noise Control. 13. City of Kent International Building and Fire Codes. 14. Kent City Code Section 15, Kent Zoning Code. 15. Kent City Code Section 7.13, Water Shortage and Emergency Regulations, and Water Conservation Ordinance 2227. 16. Kent City Code Section 6.03, Improvement Plan Approval and Inspection Fees. 17. Kent City Code Section 7.05, Storm and Surface Water Drainage Utility. 18. City of Kent Comprehensive Sewer Plan. 19. City of Kent Fire Master Plan. 20. Kent City Code Section 11.06, Critical Areas. B. It is recommended that a Determination of Nonsignificance (DNS) be issued for this project, with no conditions. KENT PLANNING SERVICES February 28, 2020 ECONOMIC & COMMUNITY DEVELOPMENT Kurt Hanson, Director PLANNING SERVICES Erin George, AICP, Current Planning Manager Phone: 253-856-5454 Fax: 253-856-6454 Address: 220 Fourth Avenue S Kent, WA 98032 SHORELINE SUBSTANTIAL DEVELOPMENT PERMIT Staff Report April 24, 2020 City of Kent LAKE FENWICK PARK AERATOR IMPROVEMENTS #SMA-2020-1 #RPSP-2200016 Planner: Kaelene Nobis I. PROPOSAL DESCRIPTION AND LOCATION: The Kent Public Works Department proposes improvements to Lake Fenwick’s existing in-water aerator. The aerator is comprised of a 300 square foot building with air compressor, a 2-inch pipe to the lake, and an in-water separator box with inlet and outlet pipes. The aerator delivers oxygen to the deepest section of the lake to enhance water quality. Proposed in-water improvements include replacing the existing aerator raft and some of its pipes. Proposed on-land improvements include replacing the equipment in the existing compressor building, raising the building roof two feet, and installing a maintenance hatch with a future building permit. Potential electrical upgrades include replacing a nearby existing PSE utility pole and redoing its connection to the compressor building. All in-water construction is proposed outside the seasonal fish window. The project occurs both in water and on land within 200 feet of Lake Fenwick and is subject to the requirements of the Kent Shoreline Master Program. Lake Fenwick Park is located at 25828 Lake Fenwick Road South and is identified by King County Parcel Numbers 2722049188, and 2722049057. Lake Fenwick Park and Lake Fenwick are in southwestern Kent. The southern part of Lake Fenwick is within unincorporated King County, but all project work is proposed within Kent city limits. II. SITE CONTEXT AND HISTORY: The north portion of Lake Fenwick and surrounding residential properties within the city of Kent were annexed into the city in 1960 under Ordinance Number 1078. Historically, Lake Fenwick Park was utilized as a recreation facility with cabins on the western slopes. An approved City of Kent zoning permit is on file for site improvements in August of 1989. The plans include a Decision Document Lake Fenwick Aerator #SMA-2020-1 #RPSP-2200016 Page 2 of 11 site plan for the establishment of the park, including the middle parking lot, landscaping, and trail plans. The state of Washington began to stock the lake with trout each year. Increased degradation of the lake began in the early 1970’s and began to reduce fish habitat. Due to this degradation, the Kent Public Works Department installed the original in-water aerator and compressor building in 1994. Subsequently, the existing compressor building, aerator, and associated equipment were permitted in 1994 under City of Kent building permit number 3618. The immediate area around the park and lake is comprised of park lands, single family homes, and densely vegetated single-family parcels. The subject site is located within the SR-6, Single Family Residential zoning district. The comprehensive plan designation for the property is OS - Open Space. The southeast area of Lake Fenwick, outside the project site, is located within unincorporated King County with a land use designation of UR4-12, Urban Residential. Lake Fenwick is a shoreline regulated by the City of Kent Shoreline Master Program (SMP). The environment designations in the SMP around the park are Urban Conservancy-Open Space and Shoreline Residential. This water- oriented recreational use is a permitted use in both environment designations. Provisions for public access and public recreation are encouraged under the SMP, as well as restoration and no net loss of ecological functions. III. ENVIRONMENTAL CONSIDERATIONS: A. Environmental Assessment Environmental review pursuant to the State Environmental Policy Act (SEPA) was completed for this project and a Determination of Non- Significance (DNS) was issued for the Lake Fenwick Aerator on February 28, 2020 (ENV-2020-1). The appeal period for the DNS ended on March 20, 2020. No appeals were received. Additionally, the city issued an MDNS under file ENV-94-17 for the original aerator and compressor building constructed in 1994. B. Significant Physical Features 1. Topography The subject site is hilly, with the steepest slope on site of 3:1. The soils within the Lake Fenwick watershed are almost Decision Document Lake Fenwick Aerator #SMA-2020-1 #RPSP-2200016 Page 3 of 11 exclusively glacial till of Alderwood soil series. The soil is characterized as a moderately well drained gravelly, sandy loam. The Parks Department has indicated that the bulkhead near the project site has had a history of settling issues. According to the city’s GIS data, the site is characterized by steep slope and geologic hazard areas to the north and west of the lake, outside the project area. The entire site, including within the project area is noted as a Seismic Hazard Area. 2. Hydrology The project is located within the water and on the shoreline of Lake Fenwick. Lake Fenwick is a 22-acre lake fed by ground and storm water run-off that has no permanent inflowing streams. Boats to perform the in-water work of replacing the aerator raft and pipes will launch from the existing boat launch. The work for the compressor building and electrical work will happen on the shore and will be located within 200 feet of the ordinary high-water mark (OHWM) of Lake Fenwick. Accordingly, a Shoreline Substantial Development Permit is required and is subject to the requirements of the Kent Shoreline Master Program. According to the Department of Ecology’s list of impaired waterbodies, Lake Fenwick is identified as a 303d waterbody due to elevated phosphorus levels. Lake Fenwick has historically contained toxin levels above State Department of Health recommended guidance thresholds and warning signs have been posted as recently as October 2019 due to high levels of the algal toxin Microcystin. The replacement aerator will introduce more oxygen into the lake, which is a method to combat the pollution level. The lake is fed by stormwater runoff from nearby properties, which is a contributing factor to the pollution and increased algae bloom in the lake. The site contains lake-fringe wetlands associated with Lake Fenwick. Maintenance and repair of existing public structures, trails, utilities, and associated structures are exempt from the City’s Critical Areas regulations per Kent City Code (KCC) 11.06.040(4), and KCC 11.06.040(5). Historic Wetland File 07-28 contains information regarding the wetlands reviewed under a prior SEPA analysis for the bulkhead replacement, ENV-2008-18, RPSA-2081456. Decision Document Lake Fenwick Aerator #SMA-2020-1 #RPSP-2200016 Page 4 of 11 3. Environmental Health According to the Tacoma Smelter Plume searchable map found at: https://fortress.wa.gov/ecy/smeltersearch/, the site is shown to be in an area of potential arsenic contamination between 20 and 40 parts per million. The State Department of Ecology recommends soil sampling for properties in areas with estimated arsenic levels above the state cleanup level of 20 parts per million. Soil testing and review of the results by Department of Ecology staff will be required prior to City issuance of construction permits, per Condition 3 of this report. C. Significant Social Features 1. Parks and Recreation Lake Fenwick is a recreational boating and fishing destination. In addition to water activities, residents view wildlife, walk on the trails and play disc golf within the park. This project will improve water quality in the lake and allow visitors to continue to use of fishing in the lake. During construction, temporary impacts to the availability of the boat launch and middle parking lot will occur. To minimize impacts, visitors may continue to use the other two parking lots and signs will be posted in advance for closures of the boat launch. 2. Light and Glare As stated by the applicant in the environmental checklist, the project is not anticipated to produce any light or glare. Any lighting provided for the proposed compressor building will be internal to the project site, not visible from adjoining properties and shielded by the existing mature vegetation. 3. Archaeological and Historic Resources According to the Department of Archaeology and Historic Preservation’s (DAHP) Washington Information System for Architectural & Archaeological Records Data, no historic or cultural sites are located on site or in the vicinity. Additionally, DAHP was notified of this project and did not submit comments. Should archaeological materials (e.g. bones, shell, stone tools, beads, ceramics, old bottles, hearths, etc.) or human remains be observed during project activities, all work in the immediate vicinity should stop. DAHP and the City should be contacted immediately to help assess the situation and determine how to preserve the Decision Document Lake Fenwick Aerator #SMA-2020-1 #RPSP-2200016 Page 5 of 11 resource(s). Compliance with all applicable laws pertaining to archaeological resources (RCW 27.53, 27.44 and WAC 25-48) is required as Condition 1 of this Shoreline Substantial Development Permit. IV. APPLICABLE LAWS AND REGULATIONS A. Public Notice Public notice was provided on January 24, 2020 with a 30-day comment period via an advertisement in the Kent Reporter and a notice board on site, as required by the Kent Shoreline Master Program, Chapter 7(B)(2)(c). The comment period closed on February 24, 2020. One comment was received from the Duwamish Tribe. The Tribe requested that they be notified if any artifacts were found during the work. This notification is required by Condition 1 of this permit. B. State of Washington Shoreline Management Act: Development, as defined in RCW 90.58.030(3)(d) will occur within 200 feet of the Ordinary High-Water Mark, and within the regulated waters of Lake Fenwick and is therefore governed by the regulations of the State Shoreline Management Act pursuant to RCW 90.58.030(2)(d) and (f). The cost of development exceeds $7,047 and thus a Shoreline Substantial Development Permit is required in accordance with WAC 173-27-040(2)(a). As conditioned, this project will be consistent with the Shoreline Management Act. C. City of Kent Comprehensive Plan The City of Kent adopted a revised Comprehensive Plan pursuant to the Growth Management Act (Ordinance #4163, September 2015). The goals and policies of the Comprehensive Plan represent an expression of community intentions and aspirations concerning the future of Kent and the area within the potential annexation area. The Comprehensive Plan is used by the Mayor, City Council, Land Use and Planning Board, Hearing Examiner and City departments to guide decision making relative to development and capital facility spending. The City of Kent Comprehensive Plan is comprised of nine elements which contain written goals and policies as well as a land use plan map. The Comprehensive Plan land use designation for the affected parcels is OS, Open Space. Adjacent areas to the east are similarly designated Open Space, and areas to the north, west, and southwest are designated SF-6, Single Family Residential, 6 units per acre, and south east of Lake Fenwick is unincorporated King County with a land use designation of UR4-12, Urban Residential 4-12 units per acre. Decision Document Lake Fenwick Aerator #SMA-2020-1 #RPSP-2200016 Page 6 of 11 The overall goal stated in the Parks and Recreation Element of the Comprehensive Plan is to “encourage and provide local public opportunities for physical activity, connecting to nature, community engagement and life-enrichment through the strategic development and thoughtful stewardship of park land and recreational facilities, professional programming, preservation of natural areas, and the optimum utilization of available community resources.” The proposed renovation and expansion of the in-water aerator will enhance a specialized recreational facility, improve water quality, and maintain and steward a high-quality park. The proposal is in support of Comprehensive Plan Policies P&OS-3.1, P&OS-4.2, P&OS-5.1 P&OS- 6.2, P&OS-8.1, P&OS-9.1, and P&OS-9.2. The proposal further supports the Shoreline Element of the Comprehensive Plan Policies 1.b.1, 7.b.2 and 7.b.4, by promoting control of pollution, invasive species and prevention of damage to quality habitat, conservation of the ecological function or the lake, and by enhancing a water-dependent use in Lake Fenwick. It also directly supports the Shoreline Restoration component of the Shoreline element. The City of Kent Shoreline Master Program is incorporated in the Comprehensive Plan’s Shoreline Element. The proposal’s compatibility with the Shoreline Master Program is detailed in Section IV(D) of this report. D. Kent Shoreline Master Program The City of Kent Shoreline Master Program (SMP) is a planning document that outlines goals and policies for the shorelines of the City, and establishes regulations for development occurring within shoreline jurisdiction (the area 200-feet landward of the Ordinary High-Water Mark). The SMP was comprehensively updated in September 2009 and a limited amendment was adopted in June 2019. The project will take place within the Urban Conservancy – Open Space shoreline environment designation area. The purpose of this designated area is to “protect and restore… ecological functions in urban and developed settings, while allowing public access and a variety of park and recreation uses.” (SMP Ch. 2(C)(3)(a)) Chapter 3 of the SMP, General Provisions, includes policies and regulations that apply to all uses and activities regardless of shoreline environment designation. Sections within Chapter 3 that pertain to Decision Document Lake Fenwick Aerator #SMA-2020-1 #RPSP-2200016 Page 7 of 11 the proposed aerator improvements include Archaeological and Historic Resources, Environmental Impacts, Public Access, and Vegetation Conservation. Chapter 5, Shoreline Use Provisions, includes policies and regulations for each type of shoreline use. The Recreational Development section applies to this proposal. Planning Services Comments 1. Chapter 3, Section B.2, Archaeological and Historic Resources: The SMP recognizes the limited and irreplaceable nature of archaeological and historic resources. It requires researching historic inventories to identify and assess the likelihood of discovering resources, coordination with affected tribes and agencies, provisions to stop work and notify agencies if any resources are discovered during site development, and permanently preserving any significant resources discovered for scientific study, education, and public observation. The proposed renovations and expansions to the in-water aerator and compressor building will take place on a site that did not register any indications of historic materials present as detailed in Section III(C)(3) of this report. It is unlikely that any archaeological materials will be encountered during construction activities in this area, as initial construction of the park and subsequent renovations reported no findings. Potential archaeological and historic resources found on site will be protected by Condition 1 of this report, which requires any such artifacts discovered are properly handled, evaluated, and reported. 2. Chapter 3, Section B.4, Environmental Impacts: The SMP requires compliance with Chapter 43.21C RCW, the Washington State Environmental Policy Act of 1971. It provides guidance to avoid all significant, adverse impacts to the shoreline. If significant impacts cannot be avoided, they must be minimized to the extent feasible and mitigation must be provided to ensure no net loss of ecological function. Mitigation to avoid or minimize significant impact follows a sequence of measures to be assessed in order: avoidance, minimization, rectifying through repair or restoration, reducing over time, and compensating through replacements or enhancements coupled with monitoring to assess the effectiveness of the compensatory measures. Decision Document Lake Fenwick Aerator #SMA-2020-1 #RPSP-2200016 Page 8 of 11 Environmental review pursuant to the State Environmental Policy Act (SEPA) was completed and a Determination of Non-Significance (DNS) was issued for the Lake Fenwick Aerator proposal on February 28, 2020 (ENV-2020-1). The appeal period for the DNS ended on March 20, 2020. No appeals were received. The project has also been determined not to cause significant ecological impacts as defined in the SMP. The proposal increases oxygen levels in the lake, which is necessary to control algae bloom that is harmful to fish and habitat. Twice in October of 2019, toxin levels were above the State Department of Health recommended guidance thresholds. This in-water aerator is proposed to help alleviate the toxic algae and improve water quality. 3. Chapter 3, Section B.7, Public Access The SMP encourages shoreline public access, defined as the physical ability of the public to reach and touch the water’s edge and the ability to have a view of the water and the shoreline from upland locations. Developments, uses, and activities should not impair or detract from the public’s access to the water or rights of navigation. Public access should be as close to the water’s edge as feasible, provide for public safety and comfort, minimize impacts to private property and individual privacy, and include interpretive displays when possible. Lake Fenwick includes a boat launch and is a popular fishing destination. The lake contains a floating walkway for pedestrians to walk on the lake and enjoy the water. When algae bloom is high and water quality tests are adverse, the City may need to close the park or deem it unsafe for water contact activities. The City has had to post warning signs at the lake for water-contact uses due to increased levels of algae. This project would improve water quality and promote water-dependent and water-enjoyment uses of the lake. 4. Chapter 3, Section B.11, Vegetation Conservation: The SMP conserves shoreline vegetation by establishing policies for any activities that result in the removal of or impact to shoreline vegetation. Vegetation within the City near shoreline areas should be enhanced over time to provide a greater level of ecological functions, human safety, and property protection. The SMP encourages a comprehensive approach that considers the ecological functions currently and potentially provided by vegetation on site. Decision Document Lake Fenwick Aerator #SMA-2020-1 #RPSP-2200016 Page 9 of 11 Mitigation to avoid or minimize removal, disturbance, and degradation of shoreline vegetation should follow the environmental sequence of measures to be assessed in order: avoidance, minimization, rectifying through repair or restoration, reducing over time, and compensating through replacements or enhancements coupled with monitoring to assess the effectiveness of the compensatory measures. The area around the existing compressor building will be impacted as part of this project, as well as in- water work completed by boats. Mature and dense vegetation surrounds the lake; however, the area around the compressor building is vegetated only by grass and groundcover. Work on the compressor building will disturb a small area, including some removal of groundcover and grass. All disturbed areas will be replanted with native vegetation. 5. Chapter 5, Shoreline Use Provisions, Section C.7, Recreational Development: The SMP recognizes that recreational developments are a necessary part in shoreline management in encouraging access and enjoyment of the lake. Shoreline recreational developments should be consistent with local and regional recreational needs, promote conservation of the shoreline’s natural character, be integrated and linked with linear systems like pathways and trails, and conform to the Development Standards Matrix (Table 7, SMP). Lake Fenwick has been used for recreational purposes, including fishing, since the 1970’s. The proposed replacement of the in-water aerator and compressor building modification follow the policies and regulations prescribed in this section. This water-oriented, recreational use is a permitted use under the 2019 Kent Shoreline Master Program. The planned improvements enhance water quality, which in turn can increase opportunities for public access, expanding the public’s ability to enjoy the shoreline. V. DECISION The Substantial Development Permit for the Lake Fenwick in-water aerator, SMA-2020-1 / RPSP-2200016 is APPROVED, with the following conditions: 1. Should archaeological materials (e.g. bones, shell, stone tools, beads, ceramics, old bottles, hearths, etc.) or human remains be observed during project activities, all work in the immediate vicinity should stop. Decision Document Lake Fenwick Aerator #SMA-2020-1 #RPSP-2200016 Page 10 of 11 The State Department of Archaeology and Historic Preservation, the City, and local tribes (Duwamish and Muckleshoot) shall be contacted immediately to help assess the situation and determine how to preserve the resource(s). Compliance with all applicable laws pertaining to archaeological resources (RCW 27.53, 27.44 and WAC 25-48) is required. 2. A silt fence shall be located at the Ordinary High-Water Mark of Lake Fenwick to avoid sedimentation and erosion from the compressor building improvements entering the Lake. 3. The applicant shall comply with the following requirements from Department of Ecology’s Toxic Cleanup Program: a. Sample the soil and analyze for arsenic and lead following the 2012 Tacoma Smelter Plume Guidance[1]. If the project includes open space areas, contact the Technical Assistance Coordinator, Eva Barber, for assistance in soil sampling methodology within the open space area. The soil sampling results shall be sent to the City of Kent Planning Services and Ecology for review prior to issuance of construction permits or commencement of soil disturbance activities. b. If lead or arsenic are found at concentrations above the Model Toxics Control Act (MTCA) cleanup levels (Chapter 173-340 WAC); the applicant shall consult Ecology to determine if cleanup actions are necessary and feasible and construction workers and others shall be notified of their occurrence. The MTCA cleanup level for arsenic is 20 parts per million (ppm) and lead is 250 ppm. c. If soils are found to be contaminated with arsenic, lead, or other contaminants, extra precautions shall be taken to avoid escaping dust, soil erosion, and water pollution during grading and site construction. Contaminated soils generated during site construction shall be managed and disposed of in accordance with state and local regulations, including the Solid Waste Handling Standards regulations (Chapter 173-350 WAC). For information about soil disposal, contact the local health department in the jurisdiction where soils will be placed. [1] http://www.ecy.wa.gov/programs/tcp/sites_brochure/tacoma_smelter/2011/techAssist.html Decision Document Lake Fenwick Aerator #SMA-2020-1 #RPSP-2200016 Page 11 of 11 Approved this 27th day of April 2020 ____________________________________________ Erin George, AICP, Current Planning Manager This decision shall be final unless an appeal is made. Persons aggrieved by the grant, denial, rescission or modification of a permit may file a request for review by the Shoreline Hearings Board in accordance with the review process established by RCW 90.58.180 or as subsequently amended, and with the regulations of the Shoreline Hearings Board contained in Chapter 461- 08 WAC or as subsequently amended. The request for review must be filed with the Hearings Board within twenty-one (21) days of the date of filing, as defined in RCW 90.58.140(6). Per WAC 173-27-190, construction pursuant to this permit shall not begin and is not authorized until twenty-one days from the date of filing as defined in RCW 90.58.140(6) and WAC 173-27-130, or until all review proceedings initiated within twenty-one days from the date of such filing have been terminated; except as provided in RCW 90.58.140(5)(a) and (b). TEMPORARY USE PERMIT FOR GOVERNMENTAL PURPOSE 1162020 Page 1 of 3 After Signature, Return To: Washington Department of Fish & Wildlife Real Estate Services Office 600 Capitol Way North Olympia, Washington 98501-1091 Agency Control No.: XXX WDFW Property Name: XXX Landowner: Washington Dept. of Fish & Wildlife Permittee: XXX County: XXX TEMPORARY USE PERMIT For Governmental Use of WDFW Land This USE PERMIT is issued for a public purpose by THE STATE OF WASHINGTON, THE DEPARTMENT OF FISH AND WILDLIFE (“WDFW”) to a governmental agency: Name: City of Kent (“Permittee”) Contact: Meara Heubach Address: 400 West Gowe Street, Kent, WA 98302 Email: mheubach@kentwa.gov Phone: 253- 856-5549 Pursuant to Washington Administrative Code 220-500 and subject to the terms and conditions below, Permittee is authorized to use the WDFW property identified below (“the premises”) in King County, as depicted on the attached map. Purpose: The project is a retrofit of Lake Fenwick's current hypolimnetic aerator. Work will involve the following: replacing the compressor units, raising the roof of the compressor building and installing a maintenance hatch, replacing the aerator pipe raft, replacing the inlet and discharge pipes, installing microbubblers in the inlet pipes, and installing lateral air distribution pipes along the lake bottom. These improvements should supply dissolved oxygen to the hypolimnion, decrease available phosphorus, and reduce harmful algal blooms. To do some of the in-lake work, boats will be launched from WDFW's boat launch. During these periods, access to the boat launch will need to be restricted. The City can arrange the construction schedule to ensure public access to the launch throughout construction, which should last 90-120 days. The construction start date has not been determined yet, so the dates of use below provide a wide range for project construction. THIS PERMIT IS SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: 1.Any user of the premises under this permit must notify the City of Kent Parks Department prior to entering the premises. 2.WDFW Property Name & Legal Description of the Premises: WDFW is the owner of record of certain real property known as Lake Fenwick in King County, a portion of which is located in Section 27, Township 22 North, Range 4 East W.M., Assessor’s Parcel Nos. 2722049098 as conveyed by Statutory Warranty Deed to The State of Washington, the Department of Fish and Wildlife as recorded on April 26, 1974, Recording # 4439122, Volume TEMPORARY USE PERMIT FOR GOVERNMENTAL PURPOSE 1162020 Page 2 of 3 3347, page 655. See attached Exhibit A map. of which approximately ten acres is the Premises of this permit. 3.Term: The term of this permit is eight months, commencing August 1, 2020 and terminating April 1, 2021 4.Fee: $0.00 5.Site Protection: Permittee agrees to the following site protection and maintenance work (portable restrooms, litter clean-up, etc.): Remove all traces of work. 6.Limited Rights: The uses allowed by this permit are limited to those described in the Purpose section on page 1. Use of the premises is limited to use by: x Permittee x Permittee’s employees x Permittee’s contractors This permit does not convey an exclusive right and does not prevent WDFW or the public, as allowed by WDFW, from using the premises. Permittee is required to ensure that the uses of the premises under this permit do not interfere with use of the premises by WDFW or the general public. WDFW retains jurisdiction over the premises in all respects. Permittee is required to immediately comply with verbal or written directives of the WDFW site manager concerning use of the premises. This permit does not convey the right to build roads, cut vegetation, or store any materials, vehicles, or equipment on the premises, except as follows: None 7.Vehicle Parking: The requirements of the state Discover Pass law are waived for use of the premises pursuant to this permit. RCW 79A.80.080(2)(b). 8.No Assignment. Neither this permit, nor the rights and obligations set forth herein, may be assigned or sublet by Permittee, in whole or in part. 9.Compliance with All Laws: Permittee agrees to ensure that all uses of the premises under this permit meet the requirements of all applicable laws, rules, regulations, and permitting requirements, including, but not limited to, those for hazardous substances and cultural resources on state lands. Any ground-disturbing activity requires a WDFW Field Research Permit in addition to this permit. If grading or other ground-disturbing activities result in the inadvertent discovery of archaeological or cultural resources, work must stop and Permittee must immediately contact the WDFW Lands Agent at 425-492-0912 10.No WDFW Warranty or Liability: WDFW issues this permit without warranty, either express or implied, regarding the suitability or condition of the premises for Permittee’s purposes. Permittee agrees that it will not hold WDFW liable for any shortage or defect in the premises or on account of theft of, or damage to, the vehicles, equipment or other property of Permittee, its employees or contractors. 11.Indemnity: Permittee agrees to indemnify, defend, and hold harmless WDFW and its officials and employees from and against any and all liabilities, losses, claims, damages, costs, and expenses (including, but not limited to, attorneys’ and consultants’ fees) for property damage and personal injury arising from the negligent acts or omissions of Permittee, and its officers, TEMPORARY USE PERMIT FOR GOVERNMENTAL PURPOSE 1162020 Page 3 of 3 employees, and contractors. These obligations will not apply to the sole negligence of WDFW and, in the event of concurrent negligence, they will be reduced by the proportion of WDFW’s concurrent negligence. Neither party will be liable to the other for the acts and omissions of members of the general public. 12.Insurance: Permittee is a governmental agency and agrees to be responsible for being appropriately self-insured – or to obtain adequate liability insurance – that is sufficient to insure against liability for personal injury and property damage arising from all uses of the premises under this permit, including but not limited to the use of vehicles and equipment. 13.No Liens: Neither this document, nor any lien for work, services or materials may be recorded as an encumbrance on WDFW’s title to the property. If any such document is recorded or filed with the county, Permittee agrees to obtain, at its sole cost, a complete release of such encumbrance. 14.Cancellation: WDFW may cancel this permit in an emergency, when required to do so by another governmental agency, or for Permittee’s failure to comply with any of the terms and conditions herein. 15.Governing Law: This permit shall be construed, interpreted, and enforced according to the laws of the State of Washington. Jurisdiction and venue concerning this instrument are proper only in Washington state and county courts. 16.Entire agreement: This instrument contains the entire agreement between the parties and no other statement made by either party, or its respective officers, employees, or agents is valid, binding, or enforceable. IN WITNESS WHEREOF, each individual below attests that he or she is the authorized signatory for his or her respective party and that such party has agreed to the terms and conditions of this permit: CITY OF KENT _______________________ _______________________________________ Date By/Title: Meara Heubach WASHINGTON DEPARTMENT OF FISH AND WILDLIFE _______________________________________ ____________________ Date By: Edie Thomas, Lands Agent 5/21/2020 Environmental Specialist, City of Kent Public Works Edie Thomas 5/21/2020 The Permittee is responsible for ensuring compliance with the ‘Stay Home-Stay Healthy’ Proclamation of the Governor, the Phase Requirements, & associated Guidelines TEMPORARY USE PERMIT FOR GOVERNMENTAL PURPOSE 1162020 Page 1 of 4 After Signature, Return To: Washington Department of Fish & Wildlife Real Estate Services Office 600 Capitol Way North Olympia, Washington 98501-1091 Agency Control No.: 210125 WDFW Property Name: Lake Fenwick Landowner: Washington Dept. of Fish & Wildlife Permittee: City of Kent County: King TEMPORARY USE PERMIT For Governmental Use of WDFW Land This USE PERMIT is issued for a public purpose by THE STATE OF WASHINGTON, THE DEPARTMENT OF FISH AND WILDLIFE (“WDFW”) to a governmental agency: Name: City of Kent (“Permittee”) Contact: Meara Heubach Address: 400 West Gowe Street, Kent, WA 98302 Email: mheubach@kentwa.gov Phone: 253- 856-5549 Pursuant to Washington Administrative Code 220-500 and subject to the terms and conditions below, Permittee is authorized to use the WDFW property identified below (“the premises”) in King County, as depicted on the attached map. Purpose: The project is a retrofit of Lake Fenwick's current hypolimnetic aerator. Work will involve the following: replacing the compressor units, raising the roof of the compressor building and installing a maintenance hatch, replacing the aerator pipe raft, replacing the inlet and discharge pipes, installing microbubblers in the inlet pipes, and installing lateral air distribution pipes along the lake bottom. These improvements should supply dissolved oxygen to the hypolimnion, decrease available phosphorus, and reduce harmful algal blooms. To do some of the in-lake work, boats will be launched from WDFW's boat launch. During these periods, access to the boat launch will need to be restricted. The City can arrange the construction schedule to ensure public access to the launch throughout construction, which should last 90-120 days. The construction start date has not been determined yet, so the dates of use below provide a wide range for project construction. THIS PERMIT IS SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS: 1.Any user of the premises under this permit must notify the City of Kent Parks Department prior to entering the premises. The Permittee is responsible for ensuring compliance with the ‘Stay Home-Stay Healthy’ Proclamation of the Governor, the Phase Requirements, & associated Guidelines TEMPORARY USE PERMIT FOR GOVERNMENTAL PURPOSE 1162020 Page 2 of 4 2. WDFW Property Name & Legal Description of the Premises: WDFW is the owner of record of certain real property known as Lake Fenwick in King County, a portion of which is located in Section 27, Township 22 North, Range 4 East W.M., Assessor’s Parcel Nos. 2722049098 as conveyed by Statutory Warranty Deed to The State of Washington, the Department of Fish and Wildlife as recorded on April 26, 1974, Recording # 4439122, Volume 3347, page 655. See attached Exhibit A map. of which approximately ten acres is the Premises of this permit. 3. Term: The term of this permit is eight months, commencing April 2, 2021 and terminating October 31, 2021. 4. Fee: $0.00 5. Site Protection: Permittee agrees to the following site protection and maintenance work (portable restrooms, litter clean-up, etc.): Remove all traces of work. 6. Limited Rights: The uses allowed by this permit are limited to those described in the Purpose section on page 1. Use of the premises is limited to use by: x Permittee x Permittee’s employees x Permittee’s contractors This permit does not convey an exclusive right and does not prevent WDFW or the public, as allowed by WDFW, from using the premises. Permittee is required to ensure that the uses of the premises under this permit do not interfere with use of the premises by WDFW or the general public. WDFW retains jurisdiction over the premises in all respects. Permittee is required to immediately comply with verbal or written directives of the WDFW site manager concerning use of the premises. This permit does not convey the right to build roads, cut vegetation, or store any materials, vehicles, or equipment on the premises, except as follows: None 7. Vehicle Parking: The requirements of the state Discover Pass law are waived for use of the premises pursuant to this permit. RCW 79A.80.080(2)(b). 8. No Assignment. Neither this permit, nor the rights and obligations set forth herein, may be assigned or sublet by Permittee, in whole or in part. 9. Compliance with All Laws: Permittee agrees to ensure that all uses of the premises under this permit meet the requirements of all applicable laws, rules, regulations, and permitting requirements, including, but not limited to, those for hazardous substances and cultural resources on state lands. Any ground-disturbing activity requires a WDFW Field Research Permit in addition to this permit. If grading or other ground-disturbing activities result in the inadvertent discovery of archaeological or cultural resources, work must stop and Permittee must immediately contact the WDFW Lands Agent at 425-492-0912 The Permittee is responsible for ensuring compliance with the ‘Stay Home-Stay Healthy’ Proclamation of the Governor, the Phase Requirements, & associated Guidelines TEMPORARY USE PERMIT FOR GOVERNMENTAL PURPOSE 1162020 Page 3 of 4 10.No WDFW Warranty or Liability: WDFW issues this permit without warranty, either express or implied, regarding the suitability or condition of the premises for Permittee’s purposes. Permittee agrees that it will not hold WDFW liable for any shortage or defect in the premises or on account of theft of, or damage to, the vehicles, equipment or other property of Permittee, its employees or contractors. 11.Indemnity: Permittee agrees to indemnify, defend, and hold harmless WDFW and its officials and employees from and against any and all liabilities, losses, claims, damages, costs, and expenses (including, but not limited to, attorneys’ and consultants’ fees) for property damage and personal injury arising from the negligent acts or omissions of Permittee, and its officers, employees, and contractors. These obligations will not apply to the sole negligence of WDFW and, in the event of concurrent negligence, they will be reduced by the proportion of WDFW’s concurrent negligence. Neither party will be liable to the other for the acts and omissions of members of the general public. 12.Insurance: Permittee is a governmental agency and agrees to be responsible for being appropriately self-insured – or to obtain adequate liability insurance – that is sufficient to insure against liability for personal injury and property damage arising from all uses of the premises under this permit, including but not limited to the use of vehicles and equipment. 13.No Liens: Neither this document, nor any lien for work, services or materials may be recorded as an encumbrance on WDFW’s title to the property. If any such document is recorded or filed with the county, Permittee agrees to obtain, at its sole cost, a complete release of such encumbrance. 14.Governors Safe Start plan: The Permittee is responsible for ensuring compliance with the ‘Stay Home-Stay Healthy’ Proclamation of the Governor, the Phase Requirements, & associated Guidelines. 15.Cancellation: WDFW may cancel this permit in an emergency, when required to do so by another governmental agency, or for Permittee’s failure to comply with any of the terms and conditions herein. 16.Governing Law: This permit shall be construed, interpreted, and enforced according to the laws of the State of Washington. Jurisdiction and venue concerning this instrument are proper only in Washington state and county courts. 17.Entire agreement: This instrument contains the entire agreement between the parties and no other statement made by either party, or its respective officers, employees, or agents is valid, binding, or enforceable. The Permittee is responsible for ensuring compliance with the ‘Stay Home-Stay Healthy’ Proclamation of the Governor, the Phase Requirements, & associated Guidelines TEMPORARY USE PERMIT FOR GOVERNMENTAL PURPOSE 1162020 Page 4 of 4 IN WITNESS WHEREOF, each individual below attests that he or she is the authorized signatory for his or her respective party and that such party has agreed to the terms and conditions of this permit: CITY OF KENT _______________________ _______________________________________ Date By/Title: Meara Heubach WASHINGTON DEPARTMENT OF FISH AND WILDLIFE _______________________________________ __12/30/2020__________ Date By: Edie Thomas, Lands Agent Lk Fenwick Hypolimnetic Aerator Impr./Heubach A - 3 February 22, 2021 Project Number: 18-3003 TRAFFIC CONTROL PLANS CHANNELIZATION DEVICE SPACING MPH TAPER TANGENT 40 30 25 40 30 25 80 60 50 35 35 70 45 40 90 50 40 100 55 40 110 60 40 120 65 40 130 Merging Shifting Shoulder 25 or less 30 35 40 45 50 55 60 65 70 75 Taper Length In Feet 42' 60' 82' 107' 180' 200' 220' 240' 260' 280' 300' 200' 250' 305' 360' 425' 495' 570' 645' 730' 820' 155'63' 90' 123' 160' 270' 300' 330' 360' 390' 420' 450' 125' 180' 245' 320' 540' 600' 660' 720' 780' 840' 900' Speed Buffer SIGN SPACING MPH 45+ 35 30 25 40 "X" 200' 200' 350' 350' 500' NOT DRAWN TO SCALE PERMIT:ADDRESS: WORK HOURS: ______________________ REQUESTED DATES:__________________ 25828 Lake Fenwick Rd Kent, WA 98032 Job Summary:S T A T E W I D ES A F E T Y S Y S T E M S 720-343-2335 LEGEND Type 3 Barricade Trailer Mounted Flashing Arrow Board Sign Flagger Truck Mounted Attenuator M Delineation Device with lights Portable Changeable Message Sign (PCMS) Traffic Flow Advance Warning Signs Delineation DeviceCones No ParkingP Flagging Operation Traffic Control Plan # 1 ** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD** Plan only valid under certification if work is performed by preparing contractor PO/JB# Location: 25828 Lake Fenwick Rd Kent, WA 98032 For: Kent Public Works Name: Meara Heubach Date: August 03, 2020 Drawn By: Alejandro Granillo ATTSA Cert#: 493198ROADWORKAHEADROADWORKAHEADONE LANEROADAHEADONE LANEROADAHEAD200'200'200' 200'200'200' Lake Fenwick Rd S www.invarion.com CHANNELIZATION DEVICE SPACING MPH TAPER TANGENT 40 30 25 40 30 25 80 60 50 35 35 70 45 40 90 50 40 100 55 40 110 60 40 120 65 40 130 Merging Shifting Shoulder 25 or less 30 35 40 45 50 55 60 65 70 75 Taper Length In Feet 42' 60' 82' 107' 180' 200' 220' 240' 260' 280' 300' 200' 250' 305' 360' 425' 495' 570' 645' 730' 820' 155'63' 90' 123' 160' 270' 300' 330' 360' 390' 420' 450' 125' 180' 245' 320' 540' 600' 660' 720' 780' 840' 900' Speed Buffer SIGN SPACING MPH 45+ 35 30 25 40 "X" 200' 200' 350' 350' 500' NOT DRAWN TO SCALE PERMIT:ADDRESS: WORK HOURS: ______________________ REQUESTED DATES:__________________ 26284 Lake Fenwick Rd Kent, WA 98032 Job Summary:S T A T E W I D ES A F E T Y S Y S T E M S 720-343-2335 LEGEND Type 3 Barricade Trailer Mounted Flashing Arrow Board Sign Flagger Truck Mounted Attenuator M Delineation Device with lights Portable Changeable Message Sign (PCMS) Traffic Flow Advance Warning Signs Delineation DeviceCones No ParkingP Flagging Operation Traffic Control Plan # 2 ** ALL DEVICES SHALL CONFORM TO CURRENT MUTCD** Plan only valid under certification if work is performed by preparing contractor PO/JB# Location: 26284 Lake Fenwick Rd Kent, WA 98032 For: Kent Public Works Name: Meara Heubach Date: August 03, 2020 Drawn By: Alejandro Granillo ATTSA Cert#: 493198ROADWORKAHEADROADWORKAHEADONE LANEROADAHEADONE LANEROADAHEAD200'200'200' 200'200'200' Lake Fenwick Rd S Boat Launchwww.invarion.com Lk Fenwick Hypolimnetic Aerator Impr./Heubach A - 4 February 22, 2021 Project Number: 18-3003 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: 02/23/2021 County King King King King King King King King King King King King King King King King King Trade Asbestos Abatement Workers Boilermakers Brick Mason Brick Mason Building Service Employees Building Service Employees Building Service Employees Building Service Employees Cabinet Makers (In Shop). Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Cement Masons King Cement Masons King Cement Masons King Cement Masons King King King King King King King Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Job Classification Journey Level Journey Level Journey Level Pointer -Caulker -Cleaner Janitor Traveling Waxer/Shampooer Window Cleaner (Non -Scaffold) Window Cleaner (Scaffold) Journey Level Acoustical Worker Carpenter Carpenters on Stationary Tools Creosoted Material Floor Finisher Floor Layer Scaffold Erector Application of all Composition Mastic Application of all Epoxy Material Application of all Plastic Material Application of Sealing Compound Application of Underlayment Building General Composition or Kalman Floors Concrete Paving Curb Et Gutter Machine Curb Et Gutter, Sidewalks Curing Concrete Wage Holiday Overtime Note $52.39 $69.29 $60.57 $60.57 $26.28 $26.63 $29.33 $30.33 $22.74 $64.94 $64.94 $65.07 $65.07 $64.94 $64.94 $64.94 $64.84 5D 5N 7E 7E 5S 5S 5S 5S 7A 7A 7A 7A 7A 7A 7A 7A $64.34 7A $64.84 7A $64.34 7A 1H 1C 1N 1N 2F 2F 2F 2F 1 4C 4C 4C 4C 4C 4C 4C 4U *Risk Class View View View View View View View View View View View View View View View View View 4U View 4U View 4U View $64.84 7A 41J View 1 $64.34 7A 41J View $64.84 7A 41J View $64.34 7A 41J View $64.84 7A 41J View $64.34 7A 41J View $64.34 7A 41J View King King King King King King King King King King King King King Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons Cement Masons King Cement Masons King Cement Masons King Cement Masons King Cement Masons King King King King King King King King King King King King King King King King King King King King King King King Cement Masons Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Dredge Workers Dredge Workers Dredge Workers Dredge Workers Dredge Workers Dredge Workers Dredge Workers Drywall Applicator Drywall Tapers Electrical Fixture Maintenance Workers Electricians - Inside Electricians - Inside Electricians - Inside Finish Colored Concrete Floor Grinding Floor Grinding/Polisher Green Concrete Saw, self - powered Grouting of all Plates Grouting of all Tilt -up Panels Gunite Nozzleman Hand Powered Grinder Journey Level Patching Concrete Pneumatic Power Tools Power Chipping Et Brushing Sand Blasting Architectural Finish Screed Et Rodding Machine Spackling or Skim Coat Concrete Troweling Machine Operator Troweling Machine Operator on Colored Slabs Tunnel Workers Bell/Vehicle or Submersible Operator (Not Under Pressure) Dive Supervisor/Master Diver Diver On Standby Diver Tender Manifold Operator Manifold Operator Mixed Gas Remote Operated Vehicle Operator/Technician Remote Operated Vehicle Tender Assistant Engineer Assistant Mate (Deckhand) Boatmen Engineer Welder Leverman, Hydraulic Mates Oiler Journey Level Journey Level Journey Level $64.84 7A 4U View $64.84 7A 4U View $64.34 7A 4U View $64.84 7A 4U View $64.34 7A 4U View $64.34 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $64.34 7A 4U View $64.34 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $64.34 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $64.84 7A 4U View $118.80 7A 4C View $81.98 7A 4C View $118.80 7A 4C 8V View $76.98 7A 4C View $69.91 7A 4C View $69.91 7A 4C View $74.91 7A 4C View $69.91 7A 4C View $65.19 7A 4C View $70.62 5D 3F View $70.07 5D 3F View $70.62 5D 3F View $71.97 5D 3F View $73.41 5D 3F View $70.62 5D 3F View $70.07 5D 3F View $64.94 5D 1 H View $65.31 5P 1 E View $31.99 5L 1 E View Cable Splicer $89.11 7C 4E View Cable Splicer (tunnel) $95.77 7C 4E View Certified Welder $86.08 7C 4E View King Electricians - Inside Certified Welder (tunnel) $92.44 7C 4E View King Electricians - Inside Construction Stock Person $43.18 7C 4E View King Electricians - Inside Journey Level $83.05 7C 4E View King Electricians - Inside Journey Level (tunnel) $89.11 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1 B View King Electricians - Powerline Cable Splicer $82.39 5A 4D View Construction King Electricians - Powerline Certified Line Welder $75.64 5A 4D View Construction King Electricians - Powerline Groundperson $49.17 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $75.64 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $75.64 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $64.54 5A 4D View Construction King Electricians - Powerline Meter Installer $49.17 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $75.64 5A 4D View Construction King Electricians - Powerline Powderperson $56.49 5A 4D View Construction King Electronic Technicians Journey Level $53.57 7E 1 E 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 All Classifications - In -Factory $18.25 5B 1 R View Products Work Only King Fence Erectors Fence Erector $44.40 7A 4V 8Y View King Fence Erectors Fence Laborer $44.40 7A 4V 8Y View King Flaggers Journey Level $44.40 7A 4V 8Y View King Glaziers Journey Level $69.26 7L 1Y View King Heat Et Frost Insulators And Journeyman $79.43 5J 4H View Asbestos Workers King Heating Equipment Mechanics Journey Level $89.61 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $54.01 7A 4V 8Y View King Industrial Power Vacuum Journey Level $13.69 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $13.69 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $64.94 7A 4C T View King Ironworkers Journeyman $75.23 7N 10 View King Laborers Air, Gas Or Electric Vibrating $52.39 7A 4V 8Y View Screed King Laborers Airtrac Drill Operator $54.01 7A 4V 8Y View King Laborers Ballast Regular Machine $52.39 7A 4V 8Y View King Laborers Batch Weighman $44.40 7A 4V 8Y View King Laborers Brick Pavers $52.39 7A 4V 8Y View King Laborers Brush Cutter $52.39 7A 4V 8Y View King Laborers Brush Hog Feeder $52.39 7A 4V 8Y View King Laborers Burner $52.39 7A 4V 8Y View King Laborers Caisson Worker $54.01 7A 4V 8Y View King Laborers Carpenter Tender $52.39 7A 4V 8Y View King Laborers Cement Dumper -paving $53.35 7A 4V 8Y View King Laborers Cement Finisher Tender $52.39 7A 4V 8Y View King Laborers Change House Or Dry Shack $52.39 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $53.35 7A 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $52.39 7A 4V 8Y View King Laborers Choker Setter $52.39 7A 4V 8Y View King Laborers Chuck Tender $52.39 7A 4V 8Y View King Laborers Clary Power Spreader $53.35 7A 4V 8Y View King Laborers Clean-up Laborer $52.39 7A 4V 8Y View King Laborers Concrete Dumper/Chute $53.35 7A 4V 8Y View Operator King Laborers Concrete Form Stripper $52.39 7A 4V 8Y View King Laborers Concrete Placement Crew $53.35 7A 4V 8Y View King Laborers Concrete Saw Operator/Core $53.35 7A 4V 8Y View Driller King Laborers Crusher Feeder $44.40 7A 4V 8Y View King Laborers Curing Laborer $52.39 7A 4V 8Y View King Laborers Demolition: Wrecking Et Moving $52.39 7A 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $52.39 7A 4V 8Y View King Laborers Diver $54.01 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, $53.35 7A 4V 8Y View Diamond) King Laborers Dry Stack Walls $52.39 7A 4V 8Y View King Laborers Dump Person $52.39 7A 4V 8Y View King Laborers Epoxy Technician $52.39 7A 4V 8Y View King Laborers Erosion Control Worker $52.39 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $53.35 7A 4V 8Y View King Laborers Fine Graders $52.39 7A 4V 8Y View King Laborers Firewatch $44.40 7A 4V 8Y View King Laborers Form Setter $52.39 7A 4V 8Y View King Laborers Gabian Basket Builders $52.39 7A 4V 8Y View King Laborers General Laborer $52.39 7A 4V 8Y View King Laborers Grade Checker Et Transit Person $54.01 7A 4V 8Y View King Laborers Grinders $52.39 7A 4V 8Y View King Laborers Grout Machine Tender $52.39 7A 4V 8Y View King Laborers Groutmen (Pressure) Including $53.35 7A 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $52.39 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level $54.01 7A 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $53.35 7A 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $52.39 7A 4V 8Y View C) King Laborers High Scaler $54.01 7A 4V 8Y View King Laborers Jackhammer $53.35 7A 4V 8Y View King Laborers Laserbeam Operator $53.35 7A 4V 8Y View King Laborers Maintenance Person $52.39 7A 4V 8Y View King Laborers Manhole Builder-Mudman $53.35 7A 4V 8Y View King Laborers Material Yard Person $52.39 7A 4V 8Y View King Laborers Motorman -Dinky Locomotive $53.35 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, $53.35 7A 4V 8Y View Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) King Laborers Pavement Breaker $53.35 7A 4V 8Y View King Laborers Pilot Car $44.40 7A 4V 8Y View King Laborers Pipe Layer Lead $54.01 7A 4V 8Y View King Laborers Pipe Layer/Tailor $53.35 7A 4V 8Y View King Laborers Pipe Pot Tender $53.35 7A 4V 8Y View King Laborers Pipe Reliner $53.35 7A 4V 8Y View King Laborers Pipe Wrapper $53.35 7A 4V 8Y View King Laborers Pot Tender $52.39 7A 4V 8Y View King Laborers Powderman $54.01 7A 4V 8Y View King Laborers Powderman's Helper $52.39 7A 4V 8Y View King Laborers Power Jacks $53.35 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $53.35 7A 4V 8Y View King Laborers Raker - Asphalt $54.01 7A 4V 8Y View King Laborers Re-timberman $54.01 7A 4V 8Y View King Laborers Remote Equipment Operator $53.35 7A 4V 8Y View King Laborers Rigger/Signal Person $53.35 7A 4V 8Y View King Laborers Rip Rap Person $52.39 7A 4V 8Y View King Laborers Rivet Buster $53.35 7A 4V 8Y View King Laborers Rodder $53.35 7A 4V 8Y View King Laborers Scaffold Erector $52.39 7A 4V 8Y View King Laborers Scale Person $52.39 7A 4V 8Y View King Laborers Sloper (Over 20") $53.35 7A 4V 8Y View King Laborers Sloper Sprayer $52.39 7A 4V 8Y View King Laborers Spreader (Concrete) $53.35 7A 4V 8Y View King Laborers Stake Hopper $52.39 7A 4V 8Y View King Laborers Stock Piler $52.39 7A 4V 8Y View King Laborers Swinging Stage/Boatswain $44.40 7A 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $53.35 7A 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $53.35 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $53.35 7A 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $52.39 7A 4V 8Y View King Laborers Topper $52.39 7A 4V 8Y View King Laborers Track Laborer $52.39 7A 4V 8Y View King Laborers Track Liner (Power) $53.35 7A 4V 8Y View King Laborers Traffic Control Laborer $47.48 7A 4V 9C View King Laborers Traffic Control Supervisor $50.31 7A 4V 9C View King Laborers Truck Spotter $52.39 7A 4V 8Y View King Laborers Tugger Operator $53.35 7A 4V 8Y View King Laborers Tunnel Work -Compressed Air $129.67 7A 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $134.70 7A 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $138.38 7A 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $144.08 7A 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $146.20 7A 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $151.30 7A 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $153.20 7A 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $155.20 7A 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $157.20 7A 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $54.11 7A 4V 8Y View Tender King Laborers Tunnel Work -Miner $54.11 7A 4V 8Y View King Laborers Vibrator $53.35 7A 4V 8Y View King Laborers Vinyl Seamer $52.39 7A 4V 8Y View King Laborers Watchman $40.36 7A 4V 8Y View King Laborers Welder $53.35 7A 4V 8Y View King Laborers Well Point Laborer $53.35 7A 4V 8Y View King Laborers Window Washer/Cleaner $40.36 7A 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $52.39 7A 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $53.35 7A 4V 8Y View Et Water King Landscape Construction Landscape $40.36 7A 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $72.28 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $64.94 5D 1 H View King Marble Setters Journey Level $60.57 7E 1 N View King Metal Fabrication (In Shop). Journey Level $40.08 1 View King Millwright Journey Level $66.44 7A 4C View King Modular Buildings Cabinet Assembly $13.69 1 View King Modular Buildings Electrician $13.69 1 View King Modular Buildings Equipment Maintenance $13.69 1 View King Modular Buildings Plumber $13.69 1 View King Modular Buildings Production Worker $13.69 1 View King Modular Buildings Tool Maintenance $13.69 1 View King Modular Buildings Utility Person $13.69 1 View King Modular Buildings Welder $13.69 1 View King Painters Journey Level $45.40 6Z 2B View King Pile Driver Crew Tender $69.91 7A 4C View King Pile Driver Crew Tender/Technician $69.91 7A 4C View King Pile Driver Hyperbaric Worker - $80.76 7A 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $85.76 7A 4C View Compressed Air Worker 30.01 44.00 PSI King Pile Driver Hyperbaric Worker - $89.76 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $94.76 7A 4C View Compressed Air Worker 54.01 60.00 PSI King Pile Driver Hyperbaric Worker - $97.26 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - $102.26 7A 4C View Compressed Air Worker 64.01 68.00 PSI King Pile Driver Hyperbaric Worker - $104.26 7A 4C View Compressed Air Worker 68.01 70.00 PSI King Pile Driver Hyperbaric Worker - $106.26 7A 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $108.26 7A 4C View Compressed Air Worker 72.01 74.00 PSI King Pile Driver Journey Level $65.19 7A 4C View King Plasterers Journey Level $61.67 M 1 R View King Playground It Park Equipment Journey Level $13.69 1 View Installers King Plumbers & Pipefitters Journey Level $90.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $72.84 7A 3K 8X View King Power Equipment Operators Bobcat $69.12 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition $69.12 7A 3K 8X View Equipment King Power Equipment Operators Brooms $69.12 7A 3K 8X View King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators Cableways $73.49 7A 3K 8X View King Power Equipment Operators Chipper $72.84 7A 3K 8X View King Power Equipment Operators Compressor $69.12 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - $69.12 7A 3K 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $72.28 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $73.49 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $72.84 7A 3K 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and $75.72 7A 3K 8X View over King Power Equipment Operators Cranes: 100 tons through 199 $74.22 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 $72.84 7A 3K 8X View Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $74.99 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $75.72 7A 3K 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $73.49 7A 3K 8X View Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And $69.12 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through $74.99 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $72.28 7A 3K 8X View attachments, A -frame over 10 tons King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $72.84 7A 3K 8X View (power) King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 Ft Under $72.28 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $72.28 7A 3K 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators Elevator And Man -lift: $69.12 7A 3K 8X View Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $72.84 7A 3K 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $72.28 7A 3K 8X View With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $69.12 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $72.84 7A 3K 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump $73.49 7A 3K 8X View Articulating Off- Road Equipment 45 Yards. &t Over King Power Equipment Operators Hard Tail End Dump $72.84 7A 3K 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $72.28 7A 3K 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $72.84 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $72.28 7A 3K 8X View 10 Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 $69.12 7A 3K 8X View Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Ft $74.22 7A 3K 8X View Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $73.49 7A 3K 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $72.84 7A 3K 8X View Yards King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $74.22 7A 3K 8X View $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $73.49 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $69.12 7A 3K 8X View Distribution E. Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $72.28 7A 3K 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: $72.84 7A 3K 8X View 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $74.22 7A 3K 8X View Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $73.49 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $72.84 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under $69.12 7A 3K 8X View 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $73.49 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman $72.28 7A 3K 8X View (Certified) King Power Equipment Operators Rollagon $73.49 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $72.28 7A 3K 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under $72.84 7A 3K 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $72.28 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $73.49 7A 3K 8X View Yards And Over King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $72.28 7A 3K 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $73.49 7A 3K 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $72.84 7A 3K 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $74.22 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $74.99 7A 3K 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et $73.49 7A 3K 8X View Screedman King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In $74.22 7A 3K 8X View Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $74.99 7A 3K 8X View through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $75.72 7A 3K 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $73.49 7A 3K 8X View Type King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 $72.84 7A 3K 8X View Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver Under $72.28 7A 3K 8X View 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators Welder $73.49 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farman Type $69.12 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $69.12 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $69.12 7A 3K 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $72.28 7A 3K 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $73.49 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $72.84 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and $75.72 7A 3K 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes: 100 tons through 199 $74.22 7A 3K 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 $72.84 7A 3K 8X View Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $74.99 7A 3K 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $75.72 7A 3K 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $73.49 7A 3K 8X View Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A -frame - 10 Tons And $69.12 7A 3K 8X View Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through $74.99 7A 3K 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $72.28 7A 3K 8X View Underground Sewer Et Water attachments, A -frame over 10 tons King Power Equipment Operators- Crusher $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $72.84 7A 3K 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $72.28 7A 3K 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $74.22 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man -lift: $69.12 7A 3K 8X View Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $72.84 7A 3K 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $72.28 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $69.12 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $72.84 7A 3K 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $73.49 7A 3K 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $72.84 7A 3K 8X View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $72.28 7A 3K 8X I View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $72.84 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over $72.28 7A 3K 8X View Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 $69.12 7A 3K 8X View Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $74.22 7A 3K 8X View Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $73.49 7A 3K 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $72.84 7A 3K 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $74.22 7A 3K 8X View Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $73.49 7A 3K 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $69.12 7A 3K 8X View Underground Sewer Et Water Distribution Et Mulch Seeding I Operator King Power Equipment Operators- Outside Hoists (Elevators And $72.28 7A 3K 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: $72.84 7A 3K 8X View Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $74.22 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $73.49 7A 3K 8X View Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $72.84 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $69.12 7A 3K 8X View Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $73.49 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $72.28 7A 3K 8X View Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $72.28 7A 3K 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $72.84 7A 3K 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $73.49 7A 3K 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $72.28 7A 3K 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $73.49 7A 3K 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $72.84 7A 3K 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $74.22 7A 3K 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $74.99 7A 3K 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $73.49 7A 3K 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $74.22 7A 3K 8X View Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $74.99 7A 3K 8X View Underground Sewer Et Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $75.72 7A 3K 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $73.49 7A 3K 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $72.28 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $72.84 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under $72.28 7A 3K 8X View Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $72.84 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $73.49 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $69.12 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $72.84 7A 3K 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $53.10 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $50.40 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $53.10 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $47.48 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $36.10 5A 4A View Trimmers King Refrigeration Et Air Journey Level $85.51 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $60.57 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $64.94 7A 4C View King Residential Drywall Tapers Journey Level $35.95 1 View King Residential Electricians Journey Level $83.05 7C 4E View King Residential Glaziers Journey Level $27.62 1 View King Residential Insulation Journey Level $24.43 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $15.12 1 View King Residential Painters Journey Level $23.37 1 View King Residential Plumbers Et Journey Level $90.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $85.51 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $89.61 7F 1 E View Workers King Residential Soft Floor Layers Journey Level $15.12 1 View King Residential Sprinkler Fitters Journey Level $40.70 1 View _(Fire Protection). King Residential Stone Masons Journey Level $15.12 1 View King Residential Terrazzo Workers Journey Level $55.71 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $55.55 5A 3H View King Roofers Using Irritable Bituminous $58.55 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $89.61 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $36.36 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $79.43 5J 4H View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $36.36 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $79.43 5J 4H I I View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $46.15 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $49.44 0 1 View .(Electrical). King Sign Makers Et Installers (Non- Journey Level $31.96 0 1 View Electrical). King Soft Floor Layers Journey Level $51.07 5A 3. View King Solar Controls For Windows Journey Level $13.69 1 View King Sprinkler Fitters (Fire Journey Level $84.39 5C 1X View Protection) King Stage Rigging Mechanics (Non Journey Level $13.69 1 View Structural) King Stone Masons Journey Level $60.57 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $72.28 7A 3K 8X View Surveyor King Surveyors Chainman $69.12 7A 3K 8X View King Surveyors Construction Site Surveyor $73.49 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1 E View King Telephone Line Construction - Cable Splicer $41.81 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $23.53 5A 2B View Outside King Telephone Line Construction - Installer (Repairer) $40.09 5A 2B View Outside King Telephone Line Construction - Special Aparatus Installer 1 $41.81 5A 2B View Outside King Telephone Line Construction - Special Apparatus Installer II $40.99 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $41.81 5A 2B View Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.92 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.92 5A 2B View Outside King Telephone Line Construction - Television Groundperson $22.32 5A 2B View Outside King Telephone Line Construction - Television Lineperson/Installer $29.60 5A 2B View Outside King Telephone Line Construction - Television System Technician $35.20 5A 2B I View Outside King Telephone Line Construction - Television Technician Outside King Telephone Line Construction - Tree Trimmer Outside King Terrazzo Workers Journey Level King Tile Setters Journey Level King Tile, Marble Et Terrazzo Finisher Finishers King Traffic Control Stripers Journey Level King Truck Drivers Asphalt Mix Over 16 Yards King Truck Drivers Asphalt Mix To 16 Yards King Truck Drivers Dump Truck King Truck Drivers Dump Truck Et Trailer King Truck Drivers Other Trucks King Truck Drivers - Ready Mix Transit Mix King Well Drillers Et Irrigation Pump Irrigation Pump Installer Installers King Well Drillers Et Irrigation Pump Oiler Installers King Well Drillers Et Irrigation Pump Well Driller Installers $31.67 5A 2B View $38.92 5A 2B View $55.71 7E 1 N View $55.71 7E 1 N View $46.54 7E 1 N View $49.13 7A 1 K View $64.55 5D 4Y 8L View $63.71 5D 4Y 8L View $63.71 5D 4Y 8L View $64.55 5D 4Y 8L View $64.55 5D 4Y 8L View $64.55 5D 4Y 8L View $17.71 1 View $13.69 1 View $18.00 1 View Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 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. 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. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 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 9/2/2020 thru 3/2/2021 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. 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 9/2/2020 thru 3/2/2021 Overtime Codes Continued 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. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 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 (1'/2) 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. 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 9/2/2020 thru 3/2/2021 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 9/2/2020 thru 3/2/2021 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 ''/z) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. 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 9/2/2020 thru 3/2/2021 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. ZOvertime 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. 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. 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. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. Holidav Codes 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). Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). 8 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half - Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). 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. 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. 9 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. 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. 10 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken 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. 11 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued Z. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. 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. 12 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Note Codes Continued 8. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 10l' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 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. 13 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Note Codes Continued 8. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 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. 14 Benefit Code Key — Effective 9/2/2020 thru 3/2/2021 Note Codes Continued 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. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, 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. 15