Loading...
HomeMy WebLinkAboutPW07-210 - Original - Doolittle Construction LLC - 2007 Asphalt Chip Seal - 07/23/2007 Ica ��Ay�� is ,o c1130,p Records Ma--nagernentl KENT Document WASH NGTOry q CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All porflons are to be completed, it you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: Doolittle Construction LLC Contract Number: Pw 67 j O This is assigned by Mary Simmons Vendor Number: Project Names: 2007 Asphalt Chip Seal Contract Effective Date: July 23, 2007 Contract Termination Date: 30 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Dennis Johnson Department: Engineering Abstract: Installation of approximately 21,195 square yards of chip seal. ADCL7832 07/02 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2007 Asphalt Chip Seal 1 Project Number: 07-3001 BIDS ACCEPTED UNTIL BID OPENING June 26, 2007 June 26, 2007 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS i KENT W A S H I N G T O N i TAB INDEX Tab 1 Bidder's Package Tab 2 Performance Bond and Contract T Tab 3 Table of Contents Z Tab 4 Kent Special Provisions Tab 5 City of Kent Development Assistance Brochure j Tab 6 Location Map and Cross Sections Tab 7 Traffic Control Plans Tab 8 Prevailing Wage Rates 1 t CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR j 2007 Asphalt Chip Seal j Project Number: 07-3001 j BIDS ACCEPTED UNTIL BID OPENING June 26, 2007 June 26, 2007 9:45 A.M. 10:00 A.M. 1 DELIVER TO CITY OF KENT, CITY HALL jLARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS �RA , � R .p +I8 2t NAL E�Gti j KENT FXPIRES Os W A S H I N G T 0 N t � I CITY OF KENT KING COUNTY,WASHINGTON KENT SPECIAL PROVISIONS FOR 2007 Asphalt Chi Seal P p Project Number: 07-3001 BIDS ACCEPTED UNTIL BID OPENING June 26, 2007 June 26, 2007 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL LARRY R. BLANCHARD DIRECTOR OF PUBLIC WORKS pr WAS r 'rIQN AL E1, K E N T W A 5 H IN G T O N i ORDER OF CONTENTS Call for Bids 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 jProposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page iBid Bond Form Combined Affidavit & Certification Form Non-Collusion, Minimum Wage (Non-Federal Aid) Bidders Check List Performance Bond Contract Table of Contents Kent Special Provisions 1 Kent Standard Details City of Kent Development Assistance Brochure Location Map and Cross Sections Traffic Control Plans Prevailing Wage Rates CALL FOR BIDS JNotice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through June 26, 2007 up to 9:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington All bids must be properly marked and sealed in accordance with this "Call for Bids" Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including US Mail. All bids will be opened and read publicly aloud at 10:00 a.m. for the City of Kent protect named as follows 2007 Asphalt Chip Seal Project Number: 07-3001 The project consists of installing approximately 21,195 square yards of chip seal. The Engineer's estimated range for this project is approximately$110,000 - $125,000 Bid documents maybe obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508 For technical questions, please call Dennis Johnson at (253) 856-5519. 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 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 Copies of the Special Provisions maybe purchased at a non- refundable cost of$25.00 for each set Specifications can also be downloaded at no charge at www.ci.kent.wa.us/procurement. Copies of the WSDOT Standard Specifications are available for perusal only A cashier's check, postal money order or surety bond in the amount of 5%of the bid is required The City of Kent reserves the nght to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No 11246 jNo bidder may withdraw his/her bid for a period of sixty(60) days after the day of bid opening. Dated this 6th day of June 12007 BY. 2N ✓ Brenda Jacober, City Cl Published in Kent Reporter on June 13th and 20th, 2007 Daily Journal of Commerce on June 13th and 20th, 2007 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order#11246) Date 6 - Z 67 -O 7 This statement relates to a proposed contract with the City of Kent named 2007 Asphalt Chip Seal Project Number: 07-3001 I am the undersigned bidder or prospective contractor. I represent that— 1. I ✓ have, �,participated in a previous conti act or subcontract subject to the President's Executive Order#11246(regarding equal employment opportunity)or a preceding similar Executive Order. Doolittle Construction LLC NAME OF BIDDER BY: Signature/Title Doolittle Construction 19W 118th Ave. S.E. Bpllevue, WA_ 98005 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2007 Asphalt Chip Sealllnhmon June 7,2007 Pmject Numher 07 1001 ' DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to, An affirmative response is required on all of the following questions for this contract to be valid and binding, if any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be consideied 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 12. 2. During the time of this contract I will not discriminate in employment on the basis of sex,race, color, national origin, age,or the presence of all sensory, mental or physical disability 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer 4. During the time of the contract 1, 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. iBy signing below, I agree to fulfill the five requirements referenced above. Dated this day of JC,(17-C- ,2007. 1 By: Tom Doolittle Doolittle Construction LLC For: Title: C G Q Date- (, 2 6 -d / 2007 Asphalt(`hip SeaUiohncon 2. June 7,2007 _ Project Number 07-3001 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 jSUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White,Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors,consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1 Provide a wiaten statement to all new employees and subcontractors indicating commitment as Ian equal opportunity employer 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension of termination for all or part of the contract Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors,consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws,policies and guidelines. I i 1 2007 Asphalt Chip Sea[/Johnson 3 Tune 7,2007 Project Number 07-3001 rl PROPOSAL To the City Clerk City Hall Kent, Washington 98032 Doolittle Construction LLC The undersigned hereby certifies that has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2007 Asphalt Chip Seal/Project Number: 07-3001 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and Contract governing the work embraced in this Improvement and the method by which payment will be made for that work and her eby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract documents, 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) Pioposal items are numbered in sequence but are non-continuous 3) Unit pi ices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and, where conflict occurs, the written or typed words shall prevail. EXAMPLE tSCHEDULEI- STREET ITEM SECTION APPROX. ITEM UNiT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14 00 $1,400 00 WSDOT CU YDS Including Haul Per CY Fourteen Dollars and no cents Any bids not filled out properly may be considered non-responsive. 2007 Asphalt Chip Seal/lohnson $ June 7,2007 Project'Number 07 1001 Cfirp SCHEDULE 1 - 'Seal- 132nd Avenue SE(SE 278th Street- SE 240th Street) ITEM SECTION APPROX. ITEM UNIT TOTAL I NO. NO. QUANTITY PRICE AMOUNT 1001 5-02.5 21,195 Asphalt Chip Seal $ 3-48 $�p/5f�60 KSP SQ YDS Per SY 1085 1-10.5 500 Traffic Control Labor $Y5--1� $17Z�' o KSP HOURS Pei HR ($25 00 Min) 1090 1-10.5 150 Traffic Control Supervisor $ °O $ �°a KSP HOURS Per HR ($25.00 Min) 1110 1-10.5 360 Construction Signs $ KSP SQ FT Class A Per SF r j 1120 1-10 5 30 Portable Changeable Message Sign $/W.00 $3 0°7 KSP DAYS (PCMS) Per DAY t125 1-10.5 30 Sequential Arrow Sign (SAS) $5?°D $�/ KSP DAYS Per DAY C� 1130 1-10 5 1 Temporary Traffic Control $2-00, $ co KSP LUMP SUM Devices Per LS Schedule I Total $ /0�_ 2007 Asphalt Chip Scaltlohnson G June 7,2007 Project Cmnb,r 0'r--1001 1 CITY OF KENT SUBCONTRACTOR LIST (Contracts ovar$100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numet ical sequence If no subcontractors will be performing 10% or more of the work,indicate this by writing"None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set foi bid opening may disqualify your bid. PROJECT NAME: 2007 Asphalt Chip Seal PROJECT NUMBER- 07-3001 Subcontractor Name �� Item Numbers Subcontractor Name Item Numbers Subcontractor:Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE ---�-- 2007 Acphall Chip Seal/lohmon 7 Tune 7,2007 Project Numtx,r 07-1001 t SUBCONTRACTOR LIST (Contrarlti Oti�r I million(1ollars) Doolittle Construction LLC Name of Bidder: _ Project Name: 2007 Asphalt Chip Seal IProject Number: 07-3001 Pursuant to RCW 39.30.060,Bidder shall list the names of the subcontractors with whom the Bidder. if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical,or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work of the naming of two or mole subcontractors to perform the same work shall render the Bidder's Bid non-responsive and therefore, void. tHeating, Ventilation, and Air Conditioning Subcontractor Name: ��— t Plumbing Subcontractor Name: Electrical Subcontractor Name: t Signature of Br Date i t 2007 Asphah Chip SLalllohnson 8 June 7,2007 1 Pmlect Numbcr 07-1001 CONTRACTOR'S QUALIFICATION STATEMENT COMPLETE,AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE. THIS FORM MAY RESULT IN A DETERMINATION THAT YOUR BID IS NON-RF,SPONSIVF,AND THEREFORF, 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 heiem is true and sufficiently complete so as not to be misleading. SUBMITTED BY: Tom Doolittle NAME: Doolittle Constnzrtion i-i- c ADDRESS: 1900118th Ave. S.E. evue,/WA. 98W5 PRINCIPAL OFFICE: 5Ae- a 1. ORGANIZATION 1.1 How many years has your organization been in business as a Conti actor? i �3rs 1.2 How many yea has your organization been in business under its present business name9 (�,3 yewe-S 1.2.1 Under what other or former names has your organization operated? 1.3 If your organization is a corporation, answer the following: 1.3.1 Date of incorporation: 1.3.2 State of incorporation: 1.3.3 President's name 1.3.4 Vice-president's name(s): 1.3.5 Secretary's name: 1.3.6 Treasurer's name: 1,4 If your organization is a partnership, answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership(if applicable): 1.4.3 Name(s) of general partner(s): 2007 Asphalt Chtp Sealllohnaon 9 lune 7,2007 1 Project Number 07 1001 1.5 If your organization is individually awned, answer the following: 1.5.1 Date of organization: 1.5.2 [Name of owner: 1.6 if the form of your organization is other than those listed above, describe it and name the principals: 1,'0,,:fej L-a 6,1'9 69mp:?ny — Icoz o w.J-cj 4�x 2. LICENSING — o l 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license number1s. if applicaqble cJ frac(71 - L- c # DO/ t 1 CL_ /670L'0 2.2 List jurisdictions in which your oiganization's partnership or trade name is filed 0 A ®r' 3. EXPERIENCE 3.1 List the cate ones of work that your organization normally performs with its own forces. 5/V a/f cA.,0 Sar Ta c 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details ) 3.2.1 Has your organization ever failed to complete any work awaided to it? A/v 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending o outstanding against your organization or its officei s? 3.2.3 Has your organization filed any law suits or requested arbitration with reg rd to construction contracts within the last five years' / J 3.3 Within the last five years,has any officer or principal of your organization ever been an officei of pi incipal of anothei organization when it failed to complete a L j construction contract' (If the answer is yes, please attach details.) J 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect of design engineei,contract amount, percent complete and scheduled completion date. 3.4.1 State total worth of work in progress and under contract: 2 &1( 3.5 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 3.5.1 State average annual amount of construction work performed during the past five years. � C y � 2007 Asphalt Chip Seal/lohnson June 7,2007 Pro]ecr Number 07-1001 ■ 3.6 On a Separate sheet,list the construction experience and present commitments of the keymd7wi�d�ua�lso/f�Jyo�urorgamzatsou 1>,O.ef I��'�r1��R _ �� �e��s el,,�Sp�L%� Tiv� ! k E]�r lT 5 r_s Of G4 1 P .S-.Plh/,n�I 3.7 On a separate sheet,list your m or equipment. J Ccmy�l�fE_ �/,� sir/,z� ��� 'f 4. REFERENCES 4.1 Trade References: —�,� a-K t 4.2 Bank References: L(S �3ql (; juF \.ir J°o i (:-L J.?Q((euV-2- 4.3 Surety. L, ,7 /✓(,rt" ' 4.3.1 Name of bonding company: 4.3.2 Name and address of agent: Pete_ 5. FINANCING 5.1 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. 5.1.1 Attach a financial statement, pieferably audited, including your organization's latest la ce she t an income statement showing the following items. Currents (e.g.,cash,joint venture accounts, accounts receivable, notes receivable, accrued income. deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e g ,accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); 1 Other Liabilities (e.g.,capital, capital stock, authorized and outstanding shares par values,earned suiplus and retained earnings). 5.1.2 Name and address of firm preparing attached financial statement, and date thereof: 5,1.3 Is the attached financial statement for the identical organization named on page ones yes 2007 Aaphalt Chip SeJ/Johnson t l tune 7,2007 Proi,a\umhcr 07-7001 r 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided(e.g , parent-subsidiary). 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for constriction? 6. SIGNATURE r6.1 Dated at this 544-day of J U n e- , 2007. Name of Organization: Doolittle Construction LLC r By- � Tom Doolittle Title: C:F-�-D Tom Doolittle 6.2 being duly sworn,deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading Subscribed and sworn , o e this 25'0""day J u/1 2007. Notary Public: My Commission Expires: U 0 �. . fit /Q�t1�O \•� r r � r 2007 Asphalt Chip 4eall7ohnson June 7,2007 Project Number 07-3001 Recent Doolittle Construction Projects Contract Date Amount Completed Job Title Contracting Agency Contact $2,690,000 9/28/2006 2006 Olympic Region BST WSDOT-Aberdeen office John Hart, P E 360-533-9352 $367,000 8/31/2006 Annual Chip Seal City of Puyallup Charlie Veitenheimer 218 W Pioneer Street Dept Supt Puyallup, Wa 98371 (253) 841-5507 $390,000 7/31/2006 2006 Least Cost Streets City of Olympia Craig Anderson, P E Chip Seal r $215,000 8/31/2006 2006 Chip Seal Protect City of Mountlake Terrace Larry Waters, P E $414,400 8/31/2006 2006 Roads Program City of Bainbridge Island Lay Chin Foo, P E 280 Madison Ave N 206-842-2016 Bainbridge Is , WA 98110 ' $154,000 9/15J2006 15th Street SW Preservation City of Auburn Brian Coleman, P E (Chip Seal Program) 25 West Main 253-804-5059 Auburn, Wa 980001 $37,000 10l25l2006 2006 Gravel Road City of Bainbridge Island Lay Chin Foo, P E Grading & Surfacing 280 Madison Ave N 206-842-2016 Bainbridge Is , WA 98110 $1,350,000 8/20/2005 2005 Chip Seal Thurston County Mike Clark, P E Contract Roads &Transportation Sery 360-786-5495 9605 Tilley Road S Olympia, WA $322,000 8/26/2005 Annual Chip Seal City of Puyallup Charlie Veitenheimer 218 W Pioneer Street Dept Supt Puyallup, Wa 98371 (253)841-5507 $327,000 7/29/2005 2005 Chip Seal City of Port Angeles Jim Mahlum, P E Program 321 East Fifth Street (360-417-4701) Port Angeles, WA 98362 $850,000 8/16/2005 SR 6&SR 105 WSDOT Richard Hensley, P E Paving, Guardrail &BST 1411 Rush Road 360-740-8600 Chehalis, WA 98532 $35,033 10/17/2005 2005 Gravel Road City of Bainbridge Island Lay Chin Foo, P E Grading & Surfacing 280 Madison Ave N 206-842-2016 ' Bainbridge Is , WA 98110 $1,659,000 9/1/2004 2004 Chip Seal Thurston County Mike Clark, P E Contract Roads & Transportation Sery 360-786-5495 9605 Tilley Road S Olympia, WA $286,000 9/15/2004 Annual Chip Seal City of Puyallup Charlie Veitenheimer 218 W Pioneer Street Dept Supt Puyallup, Wa 98371 (253) 841-5507 $213,000 9/21/2004 2004 Pavement Preservation City of Auburn Brian Coleman, P E (Chip Seal Program) 25 West Main 253-804-5059 Auburn, Wa 980001 i ! Contract Doolittle Construction Projects in Progress Percent Amount Job Title Contracting Agency Contact Complete $500,000 Annual Chip Seal City of Puyallup Charlie Veitenheimer 0% 218 W Pioneer Street Dept Supt Puyallup, Wa 98371 (253) 841-5507 $500,000 2007 Least Cost Streets City of Olympia Craig Anderson, P E 50% Chip Seal $130,000 2007 Chip Seal Project City of Mountlake Terrace Mike Shaw 0% 425-670-8264 x 105 $880,000 2007 Chip Seal Thurston County Mike Clark, P E 0% Roads&Transportation Sery 360-786-5495 9605 Tilley Road S Olympia, WA 1 $470,000 BST Overlay Subcontract for Wilder Construction 0% SR 539, SR 546, SR 548 WSDOT project ! $120,000 2007 Chip Seal City of Bonney Lake Steve Willadson 0% PO Box 7380 253-261-5224 Bonney Lake, WA 98390 1 i i 1 1 i 1 1 DOOLITTLE CONSTRUCTION,L.L.C. (A wholly owned subsidiary of Doolittle Holdings,Inc.) BALANCESHEET December 31, 2006 and 2005 ASSETS CURRENT ASSETS Cash and cash equivalents $ 282,261 $ 208,841 Accounts receivable,net of doubtful accounts 255,609 165,821 TOTAL CURRENT ASSETS 537,870 374,662 EQUIPMENT 20,673 16,966 Less accumulated depreciation 10,260 7,681 EQUIPMENT,NET OF ACCUMULATED DEPRECIATION 10,413 9,285 548,283 383,947 LIABILITIES AND MEMBER'S EQUITY CURRENT LIABILITIES Accounts payable $ 118,341 $ 9,593 Accrued expense 20,000 20,000 Loan payable -Doolittle Holdings, Inc. 52,155 TOTAL CURRENT LIABILITIES 138,341 81,748 COMMITMENTS AND CONTINGENCIES MEMBER'S EQUITY ' Contributed capital 70,000 70,000 Retained earnings: Prior 232,199 (97,739) Current 213,341 134,461 Distributions to Member (105,598) TOTAL MEMBER'S EQUITY 409,942 302,199 $ 548,283 $ 383,947 See accountants' report and notes to financial statements. Page 1 DOOLITTLE CONSTRUCTION,L.L.C. r (A wholly owned subsidiary of Doolittle Holdings, Inc.) INCOME STATEMENT For the Years Ended December 31, 2006 and 2005 REVENUES FROM CONSTRUCTION CONTRACTS $ 4,485,063 100.0 $ 3,278,438 100.0 DIRECT CONSTRUCTION COSTS Direct labor,payroll ' taxes and benefits 558,277 12.4 668,411 20.4 Direct materials and subcontractors 2,513,442 56.0 1,153,764 35.2 Equipment rental 188,235 4.2 412,087 12.6 I Other direct costs 421,757 9.4 381,390 11,6 TOTAL DIRECT CONSTRUCTION COSTS 3,681,711 82.1 2,615,652 79.8 GROSS PROFIT BEFORE INDIRECT CONSTRUCTION COSTS 803,352 17.9 662,786 20.2 rINDIRECT CONSTRUCTION COSTS Indirect labor and benefits 366,908 8.2 280,707 8.6 Depreciation 2,579 0.1 2,183 0.1 Other indirect costs 166,101 _3_7 186,648 5.7 TOTAL INDIRECT CONSTRUCTION COSTS 535.788 11,2 469,538 14,1 GROSS PROFIT 267,564 6.0 193,248 5.9 OTHER EXPENSE r General & administrative 48,674 1.1 52,102 1.6 Interest expense 5,549 0.1 6,685 0.2 54,223 1.2 58,787 1.8 r NET INCOME 213,341 4.8 134,461 4.1 i r See accountants'report and notes to financial statements. Page 2 1 DOOLITTLE CONSTRUCTION, L.L.C. (A wholly owned subsidiary of Doolittle Holdings, Inc.) STATEMENT OF CASH FLOWS For the Years Ended December 31, 2006 and 2005 2006 2005 CASH FLOW FROM OPERATING ACTIVITIES: Net Income $ 213,341 $ 134,463 Adjustments to reconcile net income to net cash provided by operating activities: Depreciation and amortization 2,579 2,183 (Increase) decrease in accounts receivable (89,788) (23,642) Increase (decrease) in accounts payable 108,748 (17,323) Increase (decrease) in accrued expense 0 20,000 TOTAL ADJUSTMENTS 21,539 18,782) NET CASH PROVIDED BY OPERATING ACTIVITIES 234,880 115,681 SCASH FLOW FROM INVESTING ACTIVITIES: Cash payments for the purchase of equipment (3,707) (954) NET CASH PROVIDED (USED) BY INVESTING ACTIVITIES 3,707) (954 CASH FLOW FROM FINANCING ACTIVITIES Proceeds(reduction) - loan from parent company (52,155) (10,593) Distributions to Member (105,598) 0 NET CASH PROVIDED(USED) BY FINANCING ACTIVITIES 157,753) (10,593 NET INCREASE (DECREASE) IN CASH EQUIVALENTS 73,420 104,134 CASH AND EQUIVALENTS,BEGINNING OF YEAR 208,841 104,707 CASH AND EQUIVALENTS, END OF YEAR $ 282,261 $ 208,841 SUPPLEMENTAL DISCLOSURES OF CASH FLOW INFORMATION Cash paid during the year for: Interest expense See accountants'report and notes to financial statements Page 3 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 day,, from the date of the Notice to Proceed, and agree,, to complete the Contract within thirty (30) working days after issuance of the City's Notice to Proceed The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten(10) calendar days after City awards the Contiact 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) calendai days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal By signing this Proposal Signature Page, the undersigned bidder agrees to be bound by all terms, requiiements and representations listed in the bid documents whether set forth by the City or by the Bidder. ' DATE: J( xtt 2,--)C,7 Doolittle Construction LLC; NAME OF BIDDER BY. --7 --1�6� Tom i Doolittle cEo (Pi int Name and Title) 1900 118th Ave. S.E. ' Address Bellevue, WA 98005 i 1 1 2007 Asphalt Chip Seal/iohnson Tune 7,2007 Project Number 07 3001 ' BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we Doolittle Construction, L.L.C. as Principal, and Liberty Mutual Insurance Company as Surety, Five Percent (50) of are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Total Amount Bid---- 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 2007 Asphalt Chip Seal/Project Number: 07.3001 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 Surctres 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 call for bids, then this obligation shall be null and void, otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee,as penalty and liquidated damaged, the amount of this bond, SIGNED, SEALED AND DATED THIS 19th DAY OF June 2007. Doolittle Construction, L.L.C. By Ai c JEo PRINCIPAL Liberty }Mutual Insurance Cc,t tpany SURETY Holly E. Ulfers - Attorney-in-Fact , Received return of deposit in the sum of$ ' 2007 Asphalt Chip Sent/Johnson 14 June 7,NO Project Numher w-lmi 1y,� 21211b0 THIS:'VWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND + This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to ' the extent herein stated LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint ROXANA PALACIOS, PATRICIA L. RUSSELL,SUSAN L. GARRED,TERRI L. FRANKLIN,JEANNE M. HAGEL, HEATHER ALLEN, MARY A. DOBBS, DAVID J. FORSYTH,STEVEN W. PALMER,HOLLY E. ULFERS,ALL OF THE CITY OF SEATTLE,STATE OF WASHINGTON.. .................. ................................................................................... .......................... ,each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surettyy obliggations in the penal sum not exceeding FIFTY MILLION AND 00/700******************** DOLLARS($ 50.000,600.00***** each,and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons That this power is made and executed pursuant to and by authority of the following By-law and Authorization ARTICLE XIII-Execution of Contracts Section 5 Surety Bonds and Undertakings Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make, tp execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations Such attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their y signature and execution of any such instruments and to attach thereto the seal of the Company When so executed such instruments shall be G as binding as if signed by the president and attested by the secretary C y By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact .0 d A r- Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby cc C authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and c = deliver as surety any and all undertakings,bonds, recognizances and other surety obligations m 0 Cn u N at That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect W 7 0 j IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of E Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this 12th day of April c 2007 a M v o C i LIBERTY MUTUAL INSURANCE COMPANY d 3 O • NM,o"_ O E /.✓_ 'o ;-` Garnet W Elliott,Assistant Secretary w 0 aj y, COMMONWEALTH OF PENNSYLVANIA s$ «� y COUNTY OF MONTGOMERY p C +: On this 12th day of April 2007 , before me, a Notary Public, personally came Garnet W Elliott,to me known, and acknowledged Y d O that he is an Assistant Secretary of Liberty Mutual Insurance Company, that he knows the seal of said corporation, and that he executed the above E« Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation >. IN TESTIMONY WH unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania,on the day and year N 0first above written T ao t.L3tdf�iC3NwEALi}i OF PENN9YlVANiA N s. NOWW Sena 1����� � ��® ^M j OF Tsrerm PW8Aa,N=ry?ubk By .u"a- ltll � 000 00 Ct FQzautli Tip Mryfisictty Ter sa Pastella,Notary Public 0 to CERTIFICATE �r ' 1,the undersigned,Assistan ecretary of Liberty Mutual Insurance Company,do hereby certify that the original power-of attorney of which the foregoing is a full,true and correct copy, is in full force and effect on the date of this certificate,and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Insurance Company This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980 VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed - IN TESTIMONY WHEREOF I ve ereunto subscribed my name and affixed the corporate seal of the said company,this �q Th day of s By :'>�' David M Carey,Asskotigt Secretary CITY OF KENT ' COMBINED AFFIDAVIT & CERTIFICATION FORM: NON-COLLUSION, MINIMU A WAGE (NON-FEDERAL AID) NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who submitted the I foregoing proposal or bid, and that such bid is genume and not sham or collusive of made in the mteiest or on behalf of any person not therein nam--d, and funthet, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any ' other pet son or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder of biddei s. AND MINIMUM WAGE AFFIDAVIT FORM 1,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, woikman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum late of wage as specified in the principal contract; that I have lead the above and foregoing statement and certificate,know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR, NON-COLLUSION AFFIDAVrr AND MINIMUM WAGE AFFIDAVIT 2007 Asphalt Chip Seal Project Number: 07-3001 NAME OF PROJECT Doolittle Construction LLC ' NAME OF BIDDER'S FIRM SIGNATURE OF At I RIZED REPRESENTATIVE OF BIDDER Subscribed and sworn to before me this day of Jun-e - 12007. ."N„ , C� �rs�� A/A v %m.�•••....e u 0: z e Notary t rid for he to of Washington, co pUaty _ res dingat 4 ' [f7•Atptmh T'6�kevlllohnson I AA ,June 7 2007 1 UUg11 N ' ' 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.... 0 Table of Contents Sheet...................................................... ..............................O Callfor Bids..............................................................................................................0 ContractorCompliance Statement.........................................................................0 Date................................................................................................................0 Have/have not acknowledgment.................................................................0 Signature and address.. ..0 Declaration—City of Kent Equal Employment Opportunity Policy..................0 Datedand signed..........................................................................................0 City of Kent Administrative Policy........................................................................0 Proposal ....................................................................................................................0 First line of proposal— filled in...................................................................0 Unitprices are correct and written in words............................................0 Bid the same unit price for asterisk (*) bid items.....................................0 City of Kent Subcontractor List (over $100K)......................................................0 Subcontractors listed properly...................................................................El Signature.......................................................................................................0 SubcontractorList (over $1 million)......................................................................0 Subcontractorslisted properly...................................................................0 Signature.......................................................................................................0 Contractor's Qualification Statement....................................................................0 Filledout and notarized...............................................................................0 ProposalSignature Page..........................................................................................(71 ' All Addenda acknowledged.........................................................................0 Date, signed and addressed.........................................................................0 ' Bid Bond Form.........................................................................................................0 Signed, sealed and dated .............................................................................0 Powerof Attorney........................................................................................0 (Amount of bid shall equal 5% of the total amount bid) Non-Collusion Affidavit..........................................................................................0 Signed, dated and notarized........................................................................0 ' Bidder's Check List.................................................................................................0 The following forms are to be executed after the Contract is awarded: ' A) CONTRACT This agreement to be executed by the successful bidder. ' B) PERFORMANCE BOND To be executed by the successful bidder and his surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2007 Asphalt Chip Seal/Johnson 16 June 5,2007 Project Number 07-3001 Bond ##23-011-253 PERFORMANCE BOND TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Doolittle Construction, L.L.C. i as Principal, and Liberty Mutual Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of$103,Ls9.so-, together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. ' This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of the 2007 Asphalt Chip Seat/Project Number: 07-3001 (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 within a period of one year after its acceptance thereof by the CITY OF KENT, then and in that event this obligation shall be void; but otherwise it shalt 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. (SIGNATURES ON FOLLOWING PAGE) 2007 Asphalt Chip Seal/Johnson 17 June 5,2007 Project Number 07-3001 r PERFORMANCE BOND PAGE TWO TWO WITNESSES: Doolittle Construction, L.L.C. PRINCIPAL BY: �. TITLE: DATE: ��j y �GT DATE: 7!`-07 Do-n 1•, N 1 iy CORPORATE SEAL: Do.SiNA /yU,PE L i GC e PRINT NAME DATE: Liberty Mutual Insurance Company _ SURETY\`,t "' _ - CORPORATE SEAL: BY: � ti Holly E. Ulfers _= r DATE: July 10, 2007 TITLE: Attorney-in-Fact ADDRESS. 601 Union Street, ##1000 Seattle, WA 98101 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY 2007 Asphalt Chip Seal/Johnson 18 June 5,2007 ProjectNumber 07-3001 = 2121179 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS- That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint ROXANA PALACIOS, PATRICIA L. RUSSELL,SUSAN L.GARRED,TERRI L. FRANKLIN,JEANNE M. HAGEL, HEATHER ALLEN, MARY A. DOBBS, DAVID J. FORSYTH, STEVEN W. PALMER,HOLLY E. ULFERS,ALL OF THE CITY OF SEATTLE,STATE OF WASHINGTON......................................................................................•............................................. ,each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver,for and on its behalf as surety and as its act and deed any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100******************** DOLLARS($ 50,000,000.00***** )each,and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons That this power is made and executed pursuant to and by authority of the following By-law and Authorization ARTICLE XIII-Execution of Contracts Section 5 Surety Bonds and Undertakings Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the a chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, tp execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations Such fl attorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by then ur signature and execution of any such instruments and to attach thereto the seal of the Company When so executed such instruments shall be C d as binding as if signed by the president and attested by the secretary y •t7 vi 7 CD By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact d � C C Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby Q ,: authorized to appoint such attorneys-in-fact as may be necessary to act in be of the Company to make,execute, seal, acknowledge and c 7 deliver as surety any and all undertakings,bonds, recognizances and other surety obligations C 3 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect W c E j IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 12th day of April oa 07 20 Q M a cv C ` � LIBERTY MUTUAL INSURANCE COMPANY C - L 3 E °, By i✓_ a° m Garnet W Elliott,Assistant Secretary o Qj COMMONWEALTH OF PENNSYLVANIA ss .L.• i COUNTY OF MONTGOMERY v On this 12th day of April 2007 , before me, a Notary Public, personally came Garnet W Elliott,to me known, and acknowledged r vv2 C — that he is an Assistant Secretary of Liberty Mutual Insurance Company, that he knows the seal of said corporation, and that he executed the above .E F E« Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation TIN TESTIMONY WH P unto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year t U first above written tG� tr C r "CoN > ror wTss ae tu�rarn c" « cm ` 4F Ts ssa Paa ,mar r 13y 1 v tTw. x, W'28, >av Ter sa Pastella,NotaryPublic � 0 o My G�xrvnt5xz,��ar�S PRsr.Z&> <O CERTIFICATE Ry Aa Q' ��n�,y a v s root a ndaz I—r I,the undersigned,Assistant e etary of Liberty Mutual Insurance Company,do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy, is in full force and effect on the date of this certificate, and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII,Section 5 of the By-laws of Liberty Mutual Insurance Company This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and oy autfumty of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th daygf Merch, t98J VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company,'-wharevec appegf+f_,upoc a certified copy of any power of attorney issued by the company in connection with surety bonds,shall be valid Wufvnding urn th8com; y with the same force and effect as though manually affixed IN IMO WHEREOF I have hereunto subscribed my name and affixed the corporate seal of the said company,.....� �'dAY of By t Daw M Carey,Ass nt Secretary 1 CONTRACT THIS AGREEMENT, made in triplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Doolittle Construction LLC organized under the laws of the State of ash ln9-toll located and doing business at 1900 118th Ave. S-E- ("Contractor"). Bellevue, WA 98005 WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for- 2007 Asphalt Chip Seal/Project Number: 07-3001 in accordance with and as described in the 1 Contract Documents and shall perform any alterations in or additions to the work provided under the Contract Documents and every part thereof The Contract Documents shall include all project specifications, provisions, and plans, the City's general and special conditions; the 2006 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 Unless otherwise directed by the City, work shall start within ten(10) days after the City issues its Notice to 1 Proceed and be completed within thirty (30) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract Documents and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract Documents 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 Documents 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor 4. It is further provided that no liability shall attach to the City by reason of entering into this Icontract, except as expressly provided herein 2007 Asphalt Chip Seal/Johnson 19 June 5,2007 Protect Number 07-3001 i 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for mlunes and damages caused by the sole negligence of the City. I 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. I Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER The provisions of this section shall survive the expiration or termination of this contract. i6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review,photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 1 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated matenals, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. 2007 Asphalt Chip Seal/Johnson 20 June 5,2007 Project Number 07-3001 IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. ICITY OF KENT BYY. 7, E COOKS, MAYOR DA 23 6 ATTEST: CITY CLERK AlD AS TO FORM: KEN W DEP ENT i CONTRACTOR 'ffr- Gr1S-1MC7fio,1 L C BY: PRINT NAME: Tom Doolittle 1 TITLE• CC— U DATE: 7-1 d 7 I I T i t I 2007 Asphalt Chip Seal/Johnson 21 June 5,2007 ProjectNumber 07-3001 iWITNESS, if INDIVIDUAL OR PARTNERSHIP: STATE OF WASHINGTON ) ) ss COUNTY OF KING ) i On this� day of A(�-, , 2007 , before me personally appeared Tom Doolittle and to me known to be CEO and of the corporation/individual that executed the within and foregoing instrument, and acknowledged said instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that Lthe seal affixed is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above written. R 6 komov- OW&I i NO ARY PUBLIC, in and for the State " of Washington, residing at l� �a 6i'eD Ne+ My app "MINI Aak ROMANOWE STOCKON MyAppoMMmMN EMIrM Jun 16,4010 F i i i I 1 2007 Asphalt Chip Seal/Johnson 22 June 5,2007 ProlectNumber 07-3001 t EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may anse from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury The City shall be named as an insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Excess Liability insurance covering both the Commercial General Liability and Automobile policies. 4. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: i1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident 2. Commercial General Liability insurance shall be written with limits no less than $1,000.000 each occurrence, $2,000,000 general aggregate and a$2,000,000 products- completed operations aggregate limit 3. Excess Liability insurance shall be written with limits no less than $1,000,000 per occurrence in excess of both the CGL and Auto Liability policies cited above. ' C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2007 Asphalt Chip Seal/Johnson 23 June 5,2007 Project Number 07-3001 t EXHIBIT A (continued) 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty(30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance The City reserves the right to receive a certified copy of all I required insurance policies The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences E. Waiver of Subrogation rThe Contractor and the City waive all rights against each other any of their Subcontractors, Sub- subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANIL G. Verification of Coverage 1 Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors iContractor 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. i 1 2007 Asphalt Chip Seal/Johnson 24 June 5,2007 Project Number 07-3001 F Client# 27472 DOOLICON DATE ACOR_D,n, CERTIFICATE OF LIABILITY INSURANCE 07/10107D ) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Kibble&Prentice,a USI Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 601 Union Street,Suite 1000 HOLDER THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW ' Seattle,WA 98101 206 441-6300 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Continental Casualty Company 31127 Doolittle Construction LLC INSURERS Transportation Insurance Company 20494 1 1900 118th Avenue S.E. INSURER American Casualty Company of Reading 20427 Bellevue,WA 98005 INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS IN SR II POLICYEFFECTIVE POLICY EXPIRATION LTR INSRE TYPE OF INSURANCE POLICY NUMBER DATE(MMIDDI"I DATE iMM1DD!YYJ LIMITS A GENERAL LIABILITY 2082435223 02/18107 02/18/08 EACH OCCURRENCE $1 OOO OOO X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $100 OOO CLAIMS MADE F x1 OCCUR MED EXP(Any one person I $5 OOO X PDDed•500 PERSONAL&ADV INJURY $1000000 X Pollution Ltd GENERAL AGGREGATE s2,000,000 GE ML AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $2 000 000 POLICY X PRO_ LOC C AUTOMOBILE LIABILITY 2082435237 02/18/07 02/18/08 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 1 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ 1 X NON-OWNEDAUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ I ANY AUTO EA ACC $ OTHER THAN AUTO ONLY AGG $ B EXCESSIUMBRELLA LIABILITY 2082435240 02/18/07 02/18/08 EACH OCCURRENCE s2,000,000 X OCCUR CLAIMS MADE AGGREGATE s2,000,000 DEDUCTIBLE $ X RETENTION $10000 $ A WORKERS COMPENSATION AND 2082435223 02/18/07 04118108 WC sLTATJT OTH- EMPLOYERS'LIABILITY ITORYER ANY PROPRIETORlPARTNER/EXECUTIVE WA STOP GAP ONLY E L EACH ACCIDENT $1, �00O 000 OFFICERIMEMBER EXCLUDED EL DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT $1 000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE Evidence of insurance for Project#07-3001,2007 Asphalt Chip Seal It is hereby understood and agreed that the certificate holder is listed as an additional insured as their interest may appear *10 Days notice of cancellation for non payment of premium CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent-Public Works Dept DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 'd5 DAYS WRITTEN 400 West Gowe NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Kent,WA 98032 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES UTHORIZED REPRESENTATIVE v IACORD 25(2001108)1 of 2 #S221854IM209027 6JPJU © ACORD CORPORATION 1988 i IMPORTANT lIf the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon I 1 1 ACORD 25-S(2001108) 2 of 2 #S221854fM209027 1 CNA ((Ed 017-G Ed /01) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS-COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE IName of Person or Organization: Designated Project: (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section 11) is amended to 2. The Limits of Insurance applicable to the include as an insured any person or organization, additional insured are those specified in the 1 including any person or organization shown in the written contract or written agreement or in the schedule above, (called additional insured) whom Declarations of this policy, whichever is less you are required to add as an additional insured on These Limits of Insurance are inclusive of and this policy under a written contract or written not in addition to, the Limits of Insurance shown agreement, but the written contract or written in the Declarations agreement must be 3. The coverage provided to the additional insured 1. Currently in effect or becoming effective during by this endorsement and paragraph f of the 1 the term of this policy, and definition of "insured contract" under 2. Executed prior to the "bodily injury," "property DEFINITIONS (Section V) do not apply to damage," or"personal and advertising injury„ "bodily injury" or "property damage" arising out of the "products-completed operations hazard" B. The insurance provided to the additional insured is unless required by the written contract or limited as follows written agreement When coverage does apply 1. That person or organization is an additional to "bodily injury" or "property damage" arising insured solely for liability due to your negligence out of the "products-completed operations specificallyresulting from hazard" such coverage will not apply beyond g "your work" for the additional insured which is the subject of the a. The period of time required by the written written contract or written agreement No contract or written agreement, or coverage applies to liability resulting from the sole negligence of the additional insured G-17957-G Page 1 of 2 (Ed 01/01) 1 CNA (Ed 017-G (Ed /01) b. 5 years from the completion of "your work" (1) Give written notice of an occurrence or on the protect which is the subject of the an offense to us which may result in a written contract or written agreement, claim or"suit" under this insurance, whichever is less (2) Tender the defense and indemnity of 4. The insurance provided to the additional any claim or "suit" to any other insurer insured does not apply to "bodily injury," which also has insurance for a loss we "property damage," or"personal and advertising cover under this Coverage Part, and injury" arising out of an architect's, engineer's, (3) Agree to make available any other or surveyor's rendering of or failure to render insurance which the additional insured any professional services including has for a loss we cover under this a. The preparing, approving, or failing to Coverage Part prepare or approve maps, shop drawings, f. We have no duty to defend or indemnify an opinions, reports, surveys, field orders, additional insured under this endorsement change orders or drawings and until we receive written notice of a claim or specifications, and "suit"from the additional insured b. Supervisory, or inspection activities 2. Paragraph 4 b of the Other Insurance performed as part of any related Condition is deleted and replaced with the architectural or engineering activities following C. As respects the coverage provided under this 4. Other Insurance endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS are amended b. Excess Insurance as follows This insurance is excess over any other 1. The following is added to the Duties In The insurance naming the additional Event of Occurrence, Offense, Claim or Suit insured as an insured whether primary, Condition excess, contingent or on any other basis unless a written contract or e. An additional insured under this written agreement specifically requires endorsement will as soon as practicable that this insurance be either primary or 1 primary and noncontributing G-17957-G Page 2 of 2 (Ed 01/01) 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. .................................................................1-3 1-03 Award and Execution of Contract...............................................................1-6 1-04 Scope of the Work .............. . .................... . . ........................................... 1-7 1-06 Control of Material . ............................................................................... 1-13 1-07 Legal Relations and Responsibilities to the Public.....................................1-16 1-08 Prosecution and Progress............................................................................1-26 1-09 Measurement and Payment.........................................................................1-30 1-10 Temporary Traffic Control........................................ .................................1-33 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS................5-1 ' 5-02 Bituminous Surface Treatment...................................................................5-1 CITY OF KENT DEVELOPMENT ASSISTANCE BROCHURE...................A-1 1 LOCATION MAP AND CROSS SECTIONS .....................................................A-2 TRAFFIC CONTROL PLANS..............................................................................A-3 fPREVAILING WAGE RATES.............................................................................A-4 i I 1 2007 Asphalt Chip Seal/Johnson 1 June 5,2007 Project Number 07-3001 1 KENT SPECIAL PROVISIONS The following Kent Special Provisions modify and supersede any conflicting provisions of the 2006 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 ("Standard Specifications"). Otherwise all provisions of the Standard Specifications shall apply. All references in the Standard Specification to the State of Washington,its various departments or 1 directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer, except for references to State statutes or regulations. These Kent Special Provisions also modify and supersede the General Special Provisions Finally, all of these documents are a part of 1 this contract Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. ' DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS tSECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: ' 1-01.1 General When these Special Provisions make reference to a"Section", for example, "in ' accordance with Section 1-01", the reference is to the WSDOT Standard Specifications with all modifications as shown in these Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour ' M GAL Thousand gallons NIC Not In Contract SF Square Feet ' SECTION 1-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-01.3 Definitions 2007 Asphalt Chip Seal/Johnson 1 - 1 June 5,2007 Project Number 07-3001 Contract Documents , The Kent Special Provisions modify and supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge, and Municipal construction, as prepared by the Washington State Department of Transportation and the Washington Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications") as of the date , of signature by the Engineer Otherwise all provisions of the Standard Specifications shall apply. Finally, all of these documents are a part of this contract Each specification contains all current specifications applicable to a particular work t and may include references which do not apply to this particular project. Also incorporated into the Contract Documents 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; Incidental Work The terms "incidental to the project,""incidental to the involved bid item(s),"etc , as used in the Contract Documents 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. Standard Details A set of specific plans or drawings developed and adopted by the City of Kent, which , show frequently recurring components of work that have been standardized for use, hereinafter referred to as the "Standard Details" or the "City of Kent Standard Details." , Standard Specifications , The Standard Specifications for this contract are contained in the following publications: ' 1. "2006 Standard Specifications for Road, Bridge and Municipal Construction," prepared by the Washington State Department of Transportation (WSDOT) and ' the American Public Works Association(APWA) Washington State Chapter, including all published amendments issued by those organizations. 2007 Asphalt Chip Seal/Johnson 1 -2 June 5,2007 Project Number 07-3001 2. "Standard Plans for Road, Bridge and Municipal Construction," current edition, prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. 3. The current edition of the "National Electrical Code." 4 Manual of Uniform Traffic Control Devices (MUTCD), latest Edition adopted by WSDOT. All reference in the Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer. To the extent any inconsistencies exist among any of the four above-listed I documents, each document appearing on this list shall have priority over all documents, if any, listed below it. ' These publications are incorporated in this contract by this reference. The Contractor should note that these publications contain general conditions to this contract, as well as construction details Responsibility for obtaining these publications rests with the Contractor 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED BY 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 Documents The City of Kent reserves the right to take whatever 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 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 BY THE FOLLOWING. 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications Additional copies can be purchased from the City at the price specified by the City or in the Call for Bids. 2007 Asphalt Chip Seal/Johnson 1 -3 June 5,2007 Project Number 07-3001 SECTION I-02.4(I) IS SUPPLEMENTED BY REVISING THE SECOND ITEM 2 OF THE 6TH PARAGRAPH: , 1-02.4(1) General 2. The bidder failed to discover a latent ambiguity that would be discovered by a reasonably prudent contractor in preparing its bid. , SECTION 1-02.4(2) IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-02.4(2) Subsurface Information i Because of the varying soil composition and ground water levels encountered in , various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction , methods or procedures that maybe necessary to complete the project, and additional compensation therefore will not be allowed unless otherwise specified in this document The soils information if any, used for design of this project is available for review by the bidder at the following address: City of Kent Public Works Engineering Department 400 W. Gowe Street, Second Floor Kent, WA 98032 SECTION 1-02.5IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents and a"Bid Proposal' for the advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Call for Bids " Bid Documents may be requested by mail, or ' picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS SUPPLEMENTED BY OMITTING THE PARENTHETICAL ' REFERENCE, "(NOT WORDS),"IN THE SECOND PARAGRAPHAND BYADDING THE FOLLOWING NEW SENTENCE TO THE END OF THE THIRD PARAGRAPH: ' 1-02.6 Preparation of Proposal ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN,AND ALL PRICES MUST BE STATED IN BOTH WORDS AND ' FIGURES. 2007 Asphalt Chip Seal/Johnson 1 -4 June 5,2007 Project Number 07-3001 SECTION 1-02.6IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. ' SECTION 1-02.7IS REVISED BY DELETING THE WORDS "CERTIFIED CHECK': 1-02.7 Bid Deposit SECTION 1-02.9 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the"Call for Bids." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. ' SECTION 1-02.11 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.11 Combination and Multiple Proposals ' No person, firm or corporation shall be allowed to make, or 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 thereby disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. ' SECTION 1-02.13 IS REVISED BYDELETING ITEM 1(h)AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE ' FOLLOWING: 1 1-02.14 Disqualification of Bidders 3. The bidder is not qualified or pre-qualified for the work or to the full extent of the bid. ' 2007 Asphalt Chip Seal/Johnson 1 -5 June 5,2007 Project Number 07-3001 1-03 AWARD AND EXECUTION OF CONTRACT ' SECTION 1-03.1 IS REVISED BYDELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING: , 1-03.1 Consideration of Bids The City of Kent 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. A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the Engineer no later than 5:00 p.m on the first business day after Bid opening, or the claim will not be considered. The Engineer will review the certified work sheets, to determine validity of the claimed error, and make a recommendation to the City of Kent. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest, responsive, responsible Bidder. SECTION 1-03.2 IS REVISED BYREPLACING "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 BY THE FOLLOWING. ' 1-03.3 Execution of Contract , The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in three (3) original counterparts. Within 10 calendar days after the award date,the successful bidder shall return , the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the , City may, at its sole discretion, reduce the time for completion of the contract 2007 Asphalt Chip Seal/Johnson 1 -6 June 5,2007 Project Number 07-3001 work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. No claim for delay shall be granted to the Contractor due to his failure to submit the required documents to the City in accordance with the schedule provided in these Special Provisions. SECTION 1-03.4IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE FIRST PARAGRAPH. 1-03.4 Contract Bond 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 6. Be signed by an officer of the Contractor empowered to sign official statements if the Contractor is a sole proprietor or partner If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or letter to such effect by the president or vice-president). 7. The "Contract Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1- 05 10 (Guarantees), and the Performance Bond language of the contract. SECTION 1-03.7IS DELETED AND REPLACED BY THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City of Kent 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 Superior Court of King County, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED BY THE FOLLOWING. 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If ' the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor 2007 Asphalt Chip Seal/Johnson 1 -7 June 5,2007 Project Number 07-3001 and materials required to perform that work shall be incidental and included with the bid item prices in the contract SECTION 1-04.2IS SUPPLEMENTED BYADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD DETAILS"FOLLOWING THE WORDS, "CONTRACT PRO VISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS I THROUGH 7IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Change Orders 2. The Contract Agreement 3. Addenda 4. Kent Special Provisions 5. Contract Plans 6. Standard Specifications , 7. Kent Standard Details 8. Bid Packet Information SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH. SECTION 1-04.4IS REVISED BY DELETING THE FIFTH PARA GRAPHAND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes ' For Item 2, increases or decreases in quantity for any bid item shall be paid at the ' appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.5IS REVISED BY DELETING THE STHPARAGRAPHAND REPLACING WITH THE FOLLOWING: 1-04.5 Procedure and Protest by the Contractor , The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) ' writing a separate acceptance, or(3) not protesting in the way this section provides. A change order that is not protested as provided in this section shall be full payment ' and final settlement of all claims for contract time and for direct, indirect, and consequential damages or costs, including costs of delays, related to any work either covered or affected by the change. SECTION 1-04.6 IS DELETED IN ITS ENTIRETY. 1-04.6 Variation in Estimated Quantities 2007 Asphalt Chip Seal/Johnson t -$ June 5,2007 ' Project Number 07-3001 fP4 SECTION 1-04.9 IS DELETED AND REPLACED BY THE FOLLOWING: 1-04.9 Use of Adjacent Properties ' Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits, unless separate arrangements ' are made for use of pnvate property Before using any private property adjoining the work, the Contractor shall file with the Engineer satisfactory evidence of written permission from the property owner to use that private property. Upon vacating the premises, the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and in a form satisfactory to the City. ' The Contractor shall confine Its equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the Engineer and shall not unreasonably encumber the premises with its materials. ' SECTION 1-05.8 IS DELETED AND REPLACED BY THE FOLLOWING: ' 1-05.8 City's Right to Correct Defective and Unauthorized Work ' If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract documents, the Engineer may correct and remedy such work as may be identified in the written notice, by such means as the Engineer may deem necessary, including the use of City forces. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious ' risk of loss or damage to the public. Direct or indirect costs incurred by the City attributable to correcting and remedying ' defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall ' include in particular, but without limitation, compensation for additional professional 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 adjustment 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 avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required ' 2007 Asphalt Chip Seal/Johnson 1 -9 June 5,2007 Project Number 07-3001 SECTION 1-05.10IS SUPPLEMENTED BYADDING THE FOLLOWING. ' 1-05.10 Guarantees The Contractor shall be available approximately sixty(60) calendar days prior to the ' expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the ' guarantee Upon the receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of the City Facilities, the work necessary to correct the items listed. ' SECTION 1-05.11 IS DELETED AND REPLACED BY THE FOLLOWING. 1-05.11 Final Inspection ' 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor ' shall notify the Engineer and request the Engineer to establish the Substantial Completion Date. To be considered substantially complete the following conditions ' must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both , from an operational and safety standpoint 2. Only minor incidental work, replacement of temporary substitute facilities, or ' correction or repair work remains to reach physical completion of the work The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this ' inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. ' Upon receipt of written notice concurring in or denying substantial completion, , whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised ' schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial ' Completion Date 2007 Asphalt Chip Seal/Johnson 1 - 10 June 5,2007 ProjectNumber 07-3001 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for Final ' Inspection, the Contractor, by written notice, shall request the Engineer to schedule a Final Inspection The Engineer will set a date for Final Inspection The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected If action to correct the listed deficiencies is not initiated within seven(7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those ' deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor and the City, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled 1-05.11(3) 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 maybe 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. 2007 Asphalt Chip Seal/Johnson 1 - 11 June 5,2007 Project Number 07-3001 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 documents. 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 1-05.12 IS DELETED AND REPLACED BY THE FOLLOWING. 1-05.12 Final Acceptance and Guarantee The Contractor must perform all the obligations under the contract before the Final Acceptance Date can be established A Certificate of Completion for the work issued by the City will establish the Final Acceptance Date and certify the work as complete The final contract price may then be calculated. The following must occur before the final acceptance date can be established and the final contract price calculated. 1. The physical work on the project must be complete 2. The Contractor must furnish all documentation (required by the Contract and required by law) necessary to allow the City to certify the Contract as complete. A Certificate of Completion for the work, signed by the City, will constitute acceptance of the work and shall establish the Final Acceptance Date, but shall not relieve the Contractor of the responsibility to indemnify, defend, and protect the City against any claim or loss resulting from the failure of the Contractor (or the subcontractor or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material persons, or any other person who provides labor, supplies, or provisions for carrying out the work. Additionally, the issuance of this Certificate of Completion will not constitute acceptance of unauthorized or defective work or material. Moreover, the City in establishing the Final Acceptance Date, shall not be barred from requiring the Contractor to remove, replace, repair, or dispose of any unauthorized or defective work or material or from recovering damages for any such work or material for a period of one (1) year from the date of acceptance by the City of Kent. Final acceptance shall not constitute acceptance of any unauthorized or defective work or material. The City of Kent shall not be barred from requiring the Contractor, ' at his expense, to remove, replace, repair, or dispose of any unauthorized or defective work or material, or from recovering damages for any such work or material for a period of one year from the date of final acceptance. Contractors shall be barred from bidding on future City projects until the provisions of this section are satisfied. 2007 Asphalt Chip Seal/Johnson 1 - 12 June 5,2007 ProiectNumber 07-3001 SECTION 1-05.13 IS REVISED BYDELETING THE LAST PARAGRAPHAND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents,Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1- 02 1, the City may take these or other Contractor performance reports into account. Within ten(10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. 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. SECTION 1-05.14IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: N/A SECTION 1-05IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: i1-05.16 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 as unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2)IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance 2007 Asphalt Chip Sea]/Johnson 1 - 13 June 5,2007 Project Number 07-3001 SECTION 1-06 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All submitted information shall be clear, sharp, high contrast copies. 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 (IA, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed 5. Bid item(s) where product will be used 1-06.7(2) Schedule of Submittals A Schedule of Submittals shall be completed by the Contractor. The schedule can be modified, deducted, or added to by the City. The Schedule shall be available at the preconstruction meeting(see 1-08 0) of the Kent Special Provisions The Contractor shall 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 of Submittals must be accepted prior to payment 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. 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 variable depending on the contract unless otherwise noted for the Engineer's review. See Section 1-08.3(2)B of the Kent Special Provisions for complete submittal review schedule. The Contractor shall also allow adequate time for manufacturer delivery at the construction site without causing delay to the Work. All submittals shall be in accordance with the approved Schedule of Submittals. Submittals shall be made early enough to allow for unforeseen delays such as: 1. Failure to obtain Favorable Review because of inadequate or incomplete submittal or because the item submitted does not meet the requirements of the Contract Documents Re-reviews may require additional time beyond the 21 days. 2. Delay in manufacture. 3. Delays in delivery. 4 Labor disputes, work slowdowns or strikes. 2007 Asphalt Chip Seal/Johnson 1 - 14 June 5,2007 Project Number 07-3001 1 1-06.7(3) Shop Drawings, Product Data and Samples This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Engineer's review. Number and type of submittals where applicable: j1. Shop Drawings: Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 2. Product Data- Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to 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, system or Specification Section. 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. 3. Provide verification 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 that are existing or have or will be submitted. 4. Label each Product Data submittal, Shop Drawing and Sample with the information required in this Section 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. 5. Additional requirements for submittals are contained in the Technical Specification sections and in Section 1-08.3(2)B. iSubmittals that contain deviations from the requirements of the Contract Documents 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 and explain its advantages and/or disadvantages to the City. 3. State the reduction in Contract Price, if any, which is offered to the City. 2007 Asphalt Chip Seal/Johnson 1 - 15 June 5,2007 ProJectNumber 07-3001 The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate: 1. "APPROVED AS SUBMITTED"—Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. 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 future submissions and additional partial submissions for portions of the work not covered in this submission 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 or errors that shall be resolved or corrected by the Contractor prior to subsequent submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED BY THE FOLLOWING: t 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal t requirements unless those changes are specifically within the scope of RCW 39 04.120 For changes under RCW 39 04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4 SECTION 1-07.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General 2007 Asphalt Chip Seal/Johnson 1 - 16 June 5,2007 Project Number 07-3001 The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07 2(1) through 1-07 2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The City of Kent will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07 2(3) describes this exception The City of Kent will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60 28 050). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not Any amount so deducted will be paid into the proper State fund 1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc , which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic This includes stonn or combined sewer systems within and j included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170, and its related rules, apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington, water mains and their appurtenances; sanitary sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system, telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price The City will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. 2007 Asphalt Chip Seal/Johnson 1 - 17 June 5,2007 Project Number 07-3001 I Exception: The City of Kent will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City of Kent on any contract , wholly for professional, or other services (as defined in Washington State Department of Revenue Rules 138 and 244). SECTION 1-07.6IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-07.6 Permits and Licenses The City of Kent has obtained the following permits: None Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City of Kent Approved permits shall be furnished to the City of Kent upon completion of the project and prior to final acceptance. Promptly notify the City of Kent in writing of any variance in the contract documents with the laws, ordinances, rules, regulations, and orders. Necessary changes will be adjusted by appropriate modification If Contractor performs work knowing it to be contrary to such laws, ordinances, rules, regulations, and orders, and without such notice to the City of Kent, Contractor shall assume full responsibility and bear all costs attributable to Contractor's failure to obtain all necessary permits within the time required. SECTION 1-07.9(1)IS SUPPLEMENTED BYINSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General 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 The City will not adjust the Contractor's bid in the event the State or Federal Governments adjust the prevailing wage rates after the Bid Opening Date SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. j 1-07.13(3) Relief of Responsibility for Damage by Public Traffic 2007 Asphalt Chip Seal/Johnson I - 18 June 5,2007 ProiectNumber 07-3001 1 SECTION 1-07.13(4) IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by City forces or other means, however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor No payment will be made for delay or disruption of work. SECTION 1-07.14IS REVISED BY DELETING THE THIRD, FOURTH, AND FIFTH PARAGRAPHS AND REVISING ALL REFERENCES OF "STATE, COMMISSION, SECRETARY"OR "STATE" TO READ "CITY". ' 1-07.14 Responsibility for Damage SECTION 1-07.17IS REVISED BY DELETING THE SECOND PARA GRAPH AND REPLACING WITH THE FOLLOWING: 1-07.17 Utilities and Similar Facilities Chapter 19.122 of the Revised Code of Washington(RCW) relates to underground utilities In accordance with this RCW, the Contractor shall call the One-Number Locator Service for field locations of utilities (1-800-424-5555). 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 19.22.030 for subscriber utilities. rSECTION 1-0 7.17 IS SUPPLEMENTED B Y ADDING THE FOLLO WING NEW SECTIONS: I1-07.17(1) Utility Markings Once underground utilities are marked by the utility owner or their agent, and/or once I new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage by installation of all planned improvements at that location. 1-07.17(2) Payment All costs to comply with this section and for the protection and repair 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 2007 Asphalt Chip Seal/Johnson 1 - 19 June 5,2007 Project Number 07-3001 j Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(3) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall notify all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur 1-07.17(4) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined the areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. Contractor further warrants and represents that it has also examined in detail the plans of such utilities provided to it by the City and all other affected utility companies or entities, whether public or private. The following list of contacts are provided only as a convenience to the Contractor and may not constitute a complete or accurate list of all affected utilities. Puget Sound Energy (Gas) Puget Sound Energv (Electric) Contact: Anita Yurovchak Contact: Doug Corbin (253) 476-6304 (206) 604-3137 Comcast Owest Contact: Jim Nies Contact: Warren Perkins (253) 864-4382 (253) 372-5323 MCI Soos Creek Water & Sewer Contact: Louise Popelka Phone: (206) 630-9900 (425) 201-0901 / (425) 766-1740 t Water District#111 Phone: (253) 631-3770 SECTION 1-07.18 IS DELETED AND REPLACED BY THE FOLLOWING. 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project agreement, which constitute the Contractor's insurance requirements for this project. i 2007 Asphalt Chip Seal/Johnson 1 -20 June 5,2007 Project Number 07-3001 1-07.23 Public Convenience and Safety SECTION 1-07.23(1) IS DELETED AND REPLACED BY THE FOLLOWING. 1-07.23(1) Construction Under Traffic The Contractor shall conduct all operations with the least possible obstruction and inconvenience to the public The Contractor shall have under construction no greater length or amount of work than can be prosecuted properly with due regards to the rights of the public. To the greatest extent possible, the Contractor shall finish each section before beginning work on the next. To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay The Contractor shall maintain existing roads, streets, sidewalks, and pedestrian and ' bicycle paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer at the City's expense The Contractor shall also maintain roads, streets, sidewalks, ' pedestrian and bicycle paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the City on all projects Cleanup of snow and ice control debris will be at the City's expense. The Contractor shall perform the following. 1. Remove or repair any condition resulting from the work that might impede 1 pedestrians, bicyclists, and motor traffic, or that creates a hazard. 2. Keep existing traffic signal and highway, road or street lighting systems in operation as the work proceeds. The City will continue routine maintenance on these traffic signal and lighting systems. 3. Maintain the striping and other channelization markings on the roadway at the Contractor's expense. The Contractor shall be responsible for scheduling when to renew striping or channelization, subject to the approval of the Engineer. When the scope of the project does not include work on the roadway, the City will be responsible for maintaining the striping and other channelization markings. 4. Maintain existing permanent signing Repair of signs will be at the City's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of stormwater Cleaning of existing drainage structures within the project limits will be at the Contractor's expense when flow is impaired due to the Contractor's operations. Routine cleaning of existing drainage structures will be at the City's expense when the Engineer determines that flow is not impaired due to the Contractor's ' operations. 6. Whether or not the Contractor is on-site, when ordered by the Engineer, the Contractor shall immediately mobilize forces to place any asphalt concrete pavement, cold plant mix, crushed surfacing gravel and/or gravel borrow as the Engineer deems necessary to provide a smooth, even roadbed, pedestrian path and bicycle path. This work will be paid for under unit contract prices, but no 2007 Asphalt Chip Seal/Johnson 1 -21 June 5,2007 Project Number 07-3001 1 adjustment in payments will be considered for any additional costs necessary to install the required surfacing material. If the Contractor falls to comply, the Engineer may order the work done by others and deduct the costs from any payments due or coming due the Contractor. To protect the rights of abutting property owners, the Contractor shall• 1. Conduct the construction so that the least inconvenience as possible is caused to abutting property owners, 2. Maintain ready access to sidewalks, pedestrian and bicycle paths, driveways, houses and buildings along the line of work; 3. Provide temporary approaches to crossing or intersecting roads, streets, sidewalks, pedestrian and bicycle paths, and keep these approaches in good condition; and 4. Provide another access before closing an existing one whenever the contract or work requires removing and replacing an abutting owner's access 5. Confine construction operations to one side of the roadway at a time, unless the Traffic Control Plan (TCP) approved by the City's Traffic Control Supervisor (TCS) clearly indicates otherwise When traffic must pass through grading areas, the Contractor shall: 1. Make cuts and fills that provide a reasonably smooth even roadbed, street, pedestrian and bicycle path; 2. Place, in advance of other grading work, enough fill at all culverts and bridges to permit vehicle, pedestrian and bicycle traffic to conveniently and safely cross; 3. Make roadway cuts and fills, if ordered by the Engineer, in partial width lifts, alternating lifts from side to side to permit vehicles, pedestrians, and bicyclists to conveniently and safely travel on the side opposite the work. 4. Install culverts on half the width of the traveled way, keeping the other half open and unobstructed to vehicles, pedestrians, and bicyclists until the first half is ready for use. 5. After rough grading or placing any subsequent layers, prepare the final roadbed and pedestrian and bicycle paths to a smooth, even surface (free of humps and dips) suitable for use by public vehicles, pedestrians and bicyclists (compacted surface of crushed and compacted gravel at a minimum); and 6. Settle dust with water, or other dust palliative, as the Engineer may order. If grading work is on or next to a roadway, street, sidewalk, pedestrian or bicycle path in use, the Contractor shall fimsh the grade immediately after rough grading and place surfacing materials as the work proceeds When an adjacent sidewalk, pedestrian or bicycle path is in use, the Contractor shall immediately place and compact crushed surfacing to a width, line and grade conforming to federal ADA requirements after rough grading is complete. 2007 Asphalt Chip Seal/Johnson 1 -22 June 5,2007 Project Number 07-3001 The Contractor shall conduct all operations to minimize any drop-offs (abrupt changes in roadway, shoulder, street, sidewalk, or pedestrian or bicycle path) left exposed to traffic during working and nonworking hours. Unless otherwise specified in the approved TCP, drop-offs left exposed to traffic shall be protected as follows 1. Drop-offs up to 0 20 foot, unless otherwise ordered by the Engineer, may remain exposed with appropriate warning signs alerting motorists,pedestrians, and bicyclists of the condition 2. Drop-offs more than 0 20 foot that are in the traveled way, shoulder, auxiliary lane, sidewalk, or pedestrian or bicycle path will not be allowed unless protected with appropriate warning signs and further protected as indicated in 3b or 3c below. 3. Drop-offs more than 0.20 foot,but no more than 0 50 foot, that are not within the traveled way, shoulders, auxiliary lanes, pedestrian or bicycle path shall be protected with appropriate warning signs and further protected by having at least one of the following. a. A wedge of compacted stable material placed at a slope of 4:1 or flatter. b. Channelizmg devices (Type II barricades, plastic safety drums, or other approved devices 36 inches or more in height)placed along the traffic side of the drop-off, and a new edge of pavement stripe placed a minimum of 3 feet from the edge of the drop-off. The maximum spacing between the devices in feet shall be the posted speed limit in miles per hour. Pavement drop-off warning signs, sidewalk drop-off warning signs, and pedestrian or bicycle path drop-off warning signs shall be placed in advance and throughout the drop-off treatment. C. Temporary concrete barrier or other approved barrier installed on the traffic side of the drop-off with 1 foot between the drop-off and the back of the barrier, and a new edge of pavement stripe a minimum of 2 feet from the face of the barrier An approved terminal, flare, or impact attenuator will be required at the beginning of the section. For night use, the bamer shall have approved warning lights. 4. Drop-offs more than 0.50 foot not within the traveled way, shoulders, auxiliary lanes, or sidewalks, or bicycle or pedestrian paths, shall be protected with appropriate warning signs and further protected as indicated in 3a, 3b, and/or 3c ' if all of the following conditions are met- a. The drop-off is less than 2 feet; b. The total length throughout the project is less than 300 feet; c The drop-off does not remain for more than three working days; d. The drop-off is not present on any of the holidays listed in Section 1-08.4; e. The drop-off is only one side of the roadway. 5. Drop-offs more than 0.50 foot that are not within the traveled way, shoulder, auxiliary lane, sidewalk, pedestrian or bicycle lane, and are not otherwise covered by No. 4 above, shall be protected with appropriate warning signs and further protected as indicated in 3a or 3c. 6. Open trenches within the traveled way, shoulder, or auxiliary lane shall have steel plate covers placed and anchored over them. A wedge of suitable material, shall be placed for a smooth transition between the pavement and the steel plates where required. Open trenches within sidewalks, or pedestrian or 2007 Asphalt Chip Seal/Johnson 1 -23 June 5,2007 Project Number 07-3001 bicycle paths shall not be permitted unless a suitable detour route is provided Warning signs shall be used to alert motorists, pedestrians, and bicyclists of the presence of the steel plates, or pedestrian, or bicycle detour. The Contractor shall be responsible for providing adequate safeguards, safety ' devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the work covered by the contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the City as specified in other sections of these specifications. Nothing contained in this contract is intended to create any third-party beneficiary rights in favor of the public or any individual utilizing the highway, road, or street facilities being constructed or improved under this contract. The Contractor shall keep all traffic lanes, shoulders, auxiliary lanes, sidewalks, pedestrian or bike lanes clear of equipment and materials during nonworking hours unless otherwise shown on the TCP approved by the City's TCS. The Contractor shall not keep equipment and/or materials stored within 12 feet from the edge of the traveled way,unless protected by permanent guardrail, concrete barrier, or other device approved by the Engineer. The Contractor's employees and agents shall not park private vehicles within or along the traveled way, shoulders, auxiliary lanes, sidewalks,pedestrian or bike lanes when those public access areas are open to public travel. SECTION 1-07.23(2) IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.23(2) Construction and Maintenance of Detours Unless otherwise approved by the Engineer, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove the following items when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, street, bridge, sidewalk, pedestrian or bicycle path during construction, 2. Detour crossings of intersecting highways, streets, or roads, and 3. Temporary approaches. Unit contract prices will cover construction, maintenance, and removal of all detours shown in the plans or proposed by the City The Contractor shall pay all costs to build, maintain, and remove any other detours, whether proposed for the Contractor's convenience or to facilitate construction operations Any detour proposed by the Contractor shall not be built, or used, until the Engineer approves Surfacing and paving of built detours shall be consistent with traffic requirements. 2007 Asphalt Chip Seal/Johnson 1 -24 June 5,2007 Project Number 07-3001 Upon failure of the Contractor to immediately provide, maintain, or remove detours or detour bndges when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, provide, maintain, or remove the detours or detour bridges and deduct the costs from any payments due or coming due the Contractor. SECTION I-07.23 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-07.23(3) Temporary Street Closures IWhenever the plans or Special Provisions require a temporary road closure, the costs for the associated work for that temporary road closure shall be paid for under the traffic control bid items contained within the contract proposal Whenever the Contractor proposes a temporary road closure that would prevent traffic from passing through the work zone in order to expedite the Contractor's work, and that closure will result in either a time savings and/or cost savings as determined by the Engineer, the Contractor shall pay all costs associated with safely implementing that approved temporary road closure, i.e , regardless of the fact that the contract may include bid items for some or all of the work and materials required ` to implement this cost, or time saving Traffic Control Plan (TCP), all of the costs necessary for the preparation of the TCP, and for providing and implementing the traffic control devices and flaggers, shown on the TCP approved by the City's Traffic Control Supervisor shall be at the Contractor's sole expense At least ten days prior to beginning work on a temporary road closure, the Contractor will submit a TCP for that temporary road closure to the City for review and approval. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or to provide, erect, maintain other traffic control devices when shown on the approved TCP for the temporary road closure, or when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, perform any of the above and deduct the costs from any payments due or coming due the Contractor. 1-07.23(4) Road Maintenance ' Until Accepted in writing by the Engineer, the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the Engineer. This shall include periodic grading of any street, detour, etc., on which traffic is allowed, wherever, in the opinion of the Engineer, such grading is required. When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads, and as a minimum, remove on a daily basis, any deposits or debns which may accumulate on the roadway surface Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from 2007 Asphalt Chip Seal/Johnson 1 -25 June 5,2007 Project Number 07-3001 deposits and debris resulting from the work, the Contractor shall,upon order of the Engineer, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or, the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved All costs in connection with the above work, including labor, materials, tools and ■ equipment, shall be considered as incidental to the construction, and payment thereof shall be included in the unit Contract price of other bid items. SECTION 1-07.26IS DELETED AND REPLACED BY 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 BYADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference , The Engineer will furnish the Contractor with up to 5 copies of the Contract documents Additional documents may be purchased from the City at the price specified by the City or in the Call for Bids. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract Documents and check and verify all pertinent figures shown and all applicable field measurements The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed,but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment,notifications, approvals, submittals, etc. 2007 Asphalt Chip Seal/Johnson 1 -26 June 5,2007 Project Number 07-3001 t 1 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. tThe Contractor shall prepare and submit for approval, at or prior to the preconstruction meeting the following: i1. 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 1-06.7) 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 BY 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 The Contractor shall not continence 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 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. Also reference Section 1-07.23(1) of the Kent Special Provisions. Except in the case of emergency or unless otherwise approved by the City, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a in and 6 00 p in. Monday through Friday, unless otherwise specified in the Special Provisions, with a 5-day work week,plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8- hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7 00 a.m. or after 6 00 p.m on any day, the Contractor shall apply in writing to the Engineer for permission to work those times The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time maybe scheduled Permission to work longer than an 8-hour period between 7:00 a in 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 in and 9 00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these 2007 Asphalt Chip Seal/Johnson t -27 June 5,2007 ProieetNumber 07-3001 j 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: requiring the Engineer or those assistants that the Engineer deems necessary to be present during the work, requiring the Contractor to reimburse the City for the cost of engineering salaries paid City employees who worked during these times; considering the work performed on Saturdays and holidays as working days with regard to the Contract Time Assistants may include, but are not limited to, survey crews;personnel from the City's material testing lab; inspectors; and other City employees when, in the opinion of the Engineer, the Contractor's work necessitates their presence. ' Recognized holidays shall be as follows: First day of January, third Monday of January, third Monday of February, last Monday of May, fourth day of July, first Monday of September, 1 lth day of November, fourth Thursday in November and day immediately following, 25th day of December, and any day so designated by the Chief Executive of the State of Washington or by the City of Kent for their employees, as a legal holiday. When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday will be a legal holiday for the City of Kent Employees. 1-08.4(A) Reimbursement for Overtime Work of City Employees Where the Contractor elects to work on a Saturday, Sunday or other holiday, or longer than an 8-hour shift on a regular working day, as defined in the Special Provisions, such work shall be considered as overtime work. On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. The Contractor shall reimburse the City for the full amount of the straight time plus overtime costs for employees of the City required to work overtime hours The City may deduct these costs from any amounts due or to become due the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City's resources will be available to meet the accelerated schedule No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of ' City's resources or for other reasons beyond the City's control. 2007 Asphalt Chip SealfJohnson 1 -29 June 5,2007 Project Number 07-3001 The original and all supplement 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 the information required in this section, the City may withhold progress payments until a schedule containing required information has Ibeen submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's I responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work iwithin the times specified in the contract. ■ SECTION 1-08.S IS DELETED AND REPLACED BY THE FOLLOWING. 1-08.5 Time for Completion The entire project, including cleanup, shall be physically completed within the time set forth in the contract. The time for completion of this contract has been determined considering weather patterns in the Puget Sound area which could delay or hinder placement of concrete sidewalk, driveways, asphalt paving and placement of pavement markings, among other items. The Contractor should anticipate probable delays in the construction sequence due to rainfall and weather patterns in the area and allow time for such rainy periods of weather in the construction schedule. Rainfall or rainstorms will not 1 be considered as a delay to the Contractor in meeting the substantial completion date unless a weather storm is so significant as to cause a Federal, State, County, or City disaster proclamation directly affecting the immediate project area. The City expects to approve the award of the contract to the lowest responsive, responsible bidder at or prior to the regularly scheduled City Council meeting(see Section 1-03.3). Following the intent to award notice, the Contractor shall have ten (10) calendar days to provide all required insurance documents and other required submittals. After receipt of all proper documentation, the contract will then be awarded by the authorized City representative. Following the actual award, the City will schedule a preconstruction conference with the Contractor which is planned to occur no later than the estimated date for issuance of Notice to Proceed (see Section 1-03.3). The Contract will be considered substantially complete when all lanes of the roadway are ready to be opened to traffic with all permanent pavement markings, bamers and signage complete. (See also Section 1-05.11(l)) If the Contractor does not achieve substantial completion within the specified contract time, the City will deduct from any money due or to become due to the Contractor, the liquidated damages calculated from Section 1-08.9 for each day of delay. 2007 Asphalt Chip Seal/Johnson 1 -29 June 5,2007 ProJectNumber 07-3001 SECTION 1-08.8 IS REVISED BYDELETING ITEMS 1 THROUGH S IN THE SECOND PARAGRAPHAND REPLACING WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1-05.1. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BYREPLACING "TRUCKS AND TICKETS" WITH THE I FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales All tickets shall, at a minimum, contain the following information: 1. Ticket serial number(this is already imprinted on the tickets). 2. Identification number of truck/truck trailer 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Item number. 8. Contract number. 9. Unit of measure. 10. Legal gross weight in Remarks section. 11. Location of delivery 2007 Asphalt Chip Seal/Johnson 1 -30 June 5,2007 Project Number 07-3001 a The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS DELETED AND REPLACED BY THE FOLLOWING. 1-09.9 Payments 1-09.9(1) Retained Percentage There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates approved and accepted by the City, a sum equal to five percent of all amounts of such estimates. Withholding, management, and release of such retained monies shall be in accordance with the provisions of Chapter 1 60.28, RCW. At the option of the Contractor, the retained funds shall be: 1. Retained in a fund by the City, 2. Deposited by the City in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest on moneys reserved by the City under the provision of a public improvement contract shall be paid to the Contractor; 3. Placed in escrow with a bank or trust company by the City. When the moneys reserved are placed in escrow, the City shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly This check shall be converted into bonds and securities chosen by the Contractor and approved by the City and the bond and securities shall be held 1 in escrow. Interest on the bonds and securities shall be paid to the Contractor as the interest accrues. The Contractor shall notify the Engineer regarding the option chosen for holding the retained funds as soon as possible after the Contract award, but at any rate within twenty calendar days from the date of issuance of the Notice to Proceed. If Contractor does not so notify the City, the Contractor shall be deemed to have made a final decision to place the monies retained in a fund by the City(Item (a) above). The Contractor in choosing option (1) or(2) agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond for all or a portion of the Contractor's retainage. Release of retained percentage will be made sixty(60) days following the Completion date (pursuant to RCW 39.12 RCW 39 76, and RCW 60.28) provided the following conditions are met. 1. On contracts totaling more than$20,000.00, a release has been obtained from ' the Washington State Department of Revenue (RCW 60 28.051). 2. No claims, as provided by law, have been filed against the retained percentage. 2007 Asphalt Chip Seal/Johnson t -3I June 5,2007 ProlectNumber 07-3001 3. Affidavit of Wages Paid is on file with the City for the Contractor and all Subcontractors regardless of tier(RCW 39.12 040). 4. Asbuilt plans have been submitted to owner if required under the contract. In the event claims are filed, the Contractor will be paid the retained percentage less an amount sufficient to pay any claims, together with a sum determined by the City sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. Retamage will not be reduced for any reason below the minimum limit provided and allowed by law. Pursuant to Section 1-07.10, the Contractor is responsible for submitting to the State L&I a"Request for Release" form in order for the City to obtain a release from that department with respect to the payments of industrial insurance medical aid premiums The City will ensure the Washington State Employment Security Department is notified of contract completion in order to obtain releases from that department. 1-09.9(2) City's Right to Withhold Certain Amounts i 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. SECTION 1-09.11(3)IS DELETED AND REPLACED BY 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 ansing 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 ansing 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. 2007 Asphalt Chip Seal/Johnson 1 -32 June 5,2007 Project Number 07-3001 1 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 BY 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 Standard Specifications and any special provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the special provisions must be complied with, in full, 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 SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 1-10.1 General tThe Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or pedestrian or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans (TCP's) approved by the ICity's Traffic Control Supervisor (TCS). The City's TCS is Rob Knutsen, telephone number(253) 856-5530. SECTION 1-10.2(1) IS DELETED AND REPLACED BY THE FOLLOWING: j1-10.2(1) General ' It is the Contractor's responsibility to plan, conduct and safely perform the work The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager(TCM) The TCM must be an employee of the ' Contractor. The duties of the TCM may not be subcontracted 1 2007 Asphalt Chip Seal/Johnson 1 -33 June 5,2007 Project Number 07-3001 The Contractor shall also designate an individual or individuals to perform the duties of the Traffic Control Supervisor(TCS). The TCS shall be responsible for safe implementation of approved Traffic Control Plans (TCP's) provided by the TCM. The TCM and TCS shall be certified as work site traffic control supervisors by one of the following. Evergreen Safety Council ' 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or(206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the primary TCM and TCS. The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel equipment - including two-way radios for communications with flaggers - and material available at all times, in order to expeditiously correct any deficiency in the traffic control system. SECTION 1-10.2(1)A IS DELETED AND REPLACED BY THE FOLLOWING. 1-10.2(1)A Traffic Control Manager The duties of the Traffic Control Manager(TCM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor(TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's work zones and the Contract. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCP's) which are compatible with the work operations and traffic control for which they will be implemented 3. Discussing proposed traffic control measures and coordinating implementation , of the approved TCP's with the Engineer. 4 Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. ' 2007 Asphalt Chip Seal/Johnson 1 -34 June 5,2007 Project Number 07-3001 ' 5. Coordinating the projects activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, state, city or county engineering, medical emergency agencies, school districts, and transit companies 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular, pedestrian and bicyclist traffic. 7. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington, City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, and applicable standards and specifications available at all times on the project. 8. Attending all project meetings where traffic management is discussed 9. Reviewing the TCS diaries daily and being aware of"field" traffic control operations. 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to City's TCS 11. Being present on-site a sufficient amount of time to adequately accomplish the above-listed duties. SECTION 1-10.2(1)B IS DELETED AND REPLACED BY THE FOLLOWING: t1-10.2(1)B Traffic Control Supervisor A Traffic Control Supervisor(TCS) shall be on the project whenever traffic control labor is required, and whenever required by the Engineer. The TCS shall personally perform all the duties of the TCS During non-work periods, the TCS shall be available to the job site within a 45-minute time period after notification by the Engineer. The TCS's duties shall include: 1. Inspecting traffic control devices and night time lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and night time lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more also need to be inspected once during the non-working hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such ' items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, C. Minor revisions to the approved Traffic Control Plan (TCP), d. Lighting utilized at night, and e. Observations of traffic conditions. 2007 Asphalt Chip Seal/Johnson 1 -35 June 5,2007 Project Number 07-3001 i 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved TCP to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TCM and the City TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. , 5. Ensuring that all needed traffic control devices are available and in good working condition prior to the need to install those devices. 6. Having a current set of approved TCP's and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD mcludmg the Modifications to the MUTCD for Streets and Highways for the State of Washington, City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, and applicable standards and specifications. The TCS may perform the work described by"Traffic Control Labor" as long as the duties of the TCS are accomplished, and the TCS has possession of a current flagging card. An ANSI Type II retro-reflective vest and a hard hat shall be worn by the TCS whenever they are on the project. SECTION 1-10.2(2)IS DELETED AND REPLACED BY THE FOLLOWING. 1-10.2(2) Traffic Control Plans (TCP's) ' The Traffic Control Plan (TCP) or Traffic Control Plans (TCP's) appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the Traffic Control Plan (TCP) except for emergency situations. If the Contractor's methods differ from the contract TCP's, the Contractor shall propose modification of the TCP's by submitting supplemental TCP's showing the necessary construction signs, flaggers, and other traffic control devices required for the project to the City's Traffic Control Supervisor(TCS) for review and approval. The Contractor's supplemental TCP's shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI, including Washington State Modifications to the MUTCD, WSDOT publication M 24-01, and the more stringent , requirements of City of Kent Development Assistance Brochure #6-5, Traffic Control Plans. The Contractor's supplemental TCP's shall be submitted to the City's TCS for review and approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved TCP's to the Traffic Control Supervisor(TCS) THE FIRST PARAGRAPH OF SECTION 1-10.2(3)IS DELETED AND REPLACED BY THE FOLLOWING. 1-10.2(3) Conformance to Established Standards 2007 Asphalt Chip Seal/Johnson 1 -36 June 5,2007 , Project Number 07-3001 Traffic Control Plans (TCP's), flagging, signs, and all other traffic control devices furnished or provided by the Contractor shall conform to the standards established in the latest approved edition of the Manual on Uniform Traffic Control Devices (MUTCD) adopted by the Washington State Department of Transportation (WSDOT), and published by the U S Department of Transportation; and the Washington State Modifications to the MUTCD, publication M 24-01 published by WSDOT, except as modified by the more stringent requirements contained within the City of Kent Development Assistance Brochure #6-5, Traffic Control Plans Copies of the MUTCD may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC, 20402. Washington State Modifications to the MUTCD, publication M 24-01, maybe obtained from the Department of Transportation, Olympia, Washington 98504. City of Kent 1 Development Assistance Brochure #6-5, Traffic Control Plans, may be obtained from the City of Kent Public Works Department When these publications appear to be in conflict, the decision of the City's Traffic Control Supervisor (TCS) shall be final. THE LAST TWO SENTENCES IN THE FOURTHPARA GRAPH OF SECTION 1-10.2(3) ARE DELETED AND REPLACED BY THE FOLLOWING. When the Contractor obtains new traffic control devices or equipment subject to the requirements of NCHRP 350 Category 2, the Contractor will first provide to the City verification that such new traffic control devices or equipment have been certified NCHRP 350 compliant THE LAST SENTENCE OF THE LAST PARAGRAPH IN SECTION 1-10.2(3) IS DELETED AND REPLACED BY THE FOLLOWING. When a sign or traffic control device becomes classified less than "acceptable" it shall be left in place until replaced with an acceptable sign or traffic control device. The replacement must occur within 12 hours, and only then will that traffic control device be removed from the project. SECTION 1-10.3(1)IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.3(1) Traffic Control Labor Flaggers shall be equipped with portable two-way radios, with a range suitable for the project. The radios will be capable of having direct contact with the Traffic Control Manager, Traffic Control Supervisor, and project management (foremen, 1 superintendents, etc.). The hours eligible for"Traffic Control Labor"will be those hours actually used for the previously described work. Any work described under Section 1-10.2(1)B performed by a Traffic Control Supervisor(TCS) will be paid for as "Traffic Control Labor"per hour. 2007 Asphalt Chip Seal/Johnson 1 -37 June 5,2007 Project Number 07-3001 t 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.3(3)A Construction Signs All signs required by the Traffic Control Plans (TCP's) approved by the City's Traffic Control Supervisor, as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non-applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not , needed When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor except Class A signs which shall be delivered to the City Shops, 5821 S 240th Street. All orange background construction signs shall utilize materials and be fabricated in accordance with Section 9-28 All orange background construction signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major ' phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature Sign and support installation for Class A signs shall be in accordance with the contract plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days They are mounted on portable or temporary mountings In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3)be suspended no more than 1 foot from the ground Payment for setup and take down of Class B signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1- 10.3(1), and for transportation described in Section 1-10.3(2)when there is a contract price for"Traffic Control Vehicle." Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be ' promptly replaced by the Contractor without additional compensation. 2007 Asphalt Chip Sea]/Johnson 1 -38 June 5,2007 Project Number 07-3001 ' SECTION 1-10.3(3)B IS DELETED AND REPLACED BY THE FOLLOWING: 1-10.3(3)B Sequential Arrow Signs (SAS) When an approved Traffic Control Plan (TCP) includes the Sequential Arrow Signs (SAS) traffic control device, that SAS will meet the requirements of the MUTCD ' and the following: 1. The SAS shall have the following three mode selections: a. Flashing Arrow, Sequential Arrow, or Sequential Chevron mode; and b. A flashing Double Arrow mode; and C. A flashing Caution mode. 2. The panel display for the SAS shall be 96 inches by 48 inches in size, unless otherwise specified on the TCP approved by the City's Traffic Control Supervisor. 1 3. Arrow panel elements shall be capable of at least a 50 percent dimming from full brilliance The dimmed mode shall be used for night time operation of sequential arrow panels. 4. All sequential arrow panels shall be finished in non-reflective black. 5. The sequential arrow panel shall be mounted on a vehicle, a trailer, or other suitable device 6. The color of the light emitted shall be yellow. 7. The power source for the sign shall be capable of operating the lamps at their optimum light level for the entire period of operation The power generating equipment for the SAS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 ' KCC, when measured at a distance of 20 feet. 8. A control panel, using solid state circuitry, shall be enclosed in a ventilated, vandal-resistant box. A photometric control, with manual override, shall automatically dim the lights during hours of darkness. The location and use of the SAS will meet the following guidelines: 1 1. When SAS's are used to close multiple lanes, a separate SAS shall be used for each lane closure. A single SAS shall not be used to shift traffic laterally more than one lane 2. When prevailing speeds through the work zone exceed 40 mph, the SAS must ' be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350. SECTION 1-10.3(3)C IS SUPPLEMENTED B Y ADDING THE FOLLOWING. 1-10.3(3)C Portable Changeable Message Sign The PCMS shall meet the requirements of the MUTCD and the following: 2007 Asphalt Chip Seal/Johnson 1 -39 June 5,2007 Project Number 07-3001 The PCMS shall employ one of the following technologies: ' 1. Back-lighted split-flap 2. Fiber optic/shutter 3. Light emitting diode 4. Light emitting diode/shutter 5. Flip disk ' Regardless of the technology, the PCMS shall meet the following general requirements* 1. Light emitting and must not rely solely on reflected light. 2. Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix 3. When activated, the pixels shall display a yellow or orange image When not activated, the pixels shall display a flat black image that matches the background of the sign face. 4. Capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three Imes of eight characters per line with a minimum of one pixel separation between each line 5. The PCMS message, using 18 inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 800 feet centered around an axis perpendicular to the sign face ' 6. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non-glare from all angles and shall not degrade due to exposure to ultraviolet light 7. Capable of simultaneously activating all pixels for the purpose of pixel diagnostics. Any sign that employs flip disk or shutter technology shall be programmable to activate the disks/shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. 8. The light source shall be energized only when the sign is displaying an active message 9. Equipped with a redundant light source such that the sign will continue to emit light if one of the light sources fails The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. The power generating equipment for the PCMS must not exceed the maximum permissible environmental noise levels of the City of Kent Noise Ordinance, Chapter 8-05 KCC, when measured at a distance of 20 feet. 2007 Asphalt Chip Seal/Johnson 1 -40 June 5,2007 ProJectNumber 07-3001 i The PCMS shall be operated by an easy to use controller that provides the following functions: 1. Select any preprogrammed message by entering a code. 2. Sequence the display of at least five messages 3. Blank the sign. ' 4. Program new message, which may include moving arrows and chevrons. 5. Mirror the message currently being displayed or programmed. Portable changeable message sign(s) shall be available, on site, for the life of the project. The Contractor shall operate the PCMS in accordance with the approved traffic control plans or as directed by the Engineer. The PCMS shall not be used in lieu of sequential arrow signs. The location and use of the PCMS will meet the following guidelines: I1. Each PCMS must be located so that it provides the maximum legibility distances from all of the approach lanes 2. Each phase of the PCMS message will be limited to no more than two displays. 3. Messages having more than two phases will not be permitted. 4. When abbreviations are used in a PCMS message, they will conform to guidelines provided in Tables 34, 35 and 35 found in the Older Driver Highway Design Handbook, FHWA, January 1998. 5. All PCMS messages must be approved in writing by the City's Traffic Control Supervisor(TCS)when those messages are not clearly stated on the approved TCP. 6. When prevailing speeds through the work zone exceed 40 mph, the PCMS must be protected by crashworthy barriers, or shielded with impact attenuators or crash cushions meeting the requirements of NCHRP 350 SECTION 1-10.4 IS DELETED AND REPLACED BY THE FOLLOWING. ' 1-10.4 Measurement No unit of measure will apply to the position of Traffic Control Manager(TCM) and it will be considered incidental to unit contract prices When the TCM performs the duties of Traffic Control Supervisor(TCS), measurement and payment will be as specified for the TCS. Traffic Control Supervisor(TCS) will be measured for each hour a person is actually ' performing the duties described in Section 1-10 2(1)B as authorized by the Engineer. Portions of an hour will be rounded up to a whole hour. A minimum of 4 hours will be paid when the Engineer authorizes the TCS to be on the job site during non- working shifts. 2007 Asphalt Chip Seal/Johnson t -4 t June 5,2007 Project Number 07-3001 Traffic Control Labor will be measured by the hour for each hour a person is actually performing the work described by Section 1-10 2(1) B, and Section 1-10.3(1) of the specifications. Eligible hours for Traffic Control Labor under this item shall be limited to the hours the worker is actually performing the work as documented by the Contractor's TCM, City Inspector's records, and upon the Contractor's Certified Payroll Records submitted to the City Inspector. Portions of an hour will be rounded up to a whole hour. Class A Construction Signs will be measured by the square foot of panel area A Class A Construction Sign may be used in more than one location and will be ' measured for payment for each new installation Class B construction signs will not be measured for payment Sign posts or supports will not be measured for payment. No specific unit of measurement will apply to the lump sum item of Temporary Traffic Control Devices. Portable Changeable Message Signs (PCMS) will be measured per day for each day ' that the PCMS is in operation within the project limits. The days of operation will be determined by the Engineer. Days of operation in excess of those determined by the Engineer will be at the Contractor's expense Portions of a day will be rounded up to a whole day Sequential Arrow Signs (SAS) will be measured per day for each day that the SAS is in operation within the project limits The days of operation will be determined by the Engineer. Operation of the Sequential Arrow Signs over and above those days authorized by the Engineer shall be at the Contractor's expense. SECTION 1-10.5IS DELETED AND REPLACED BY THE FOLLOWING. 1-10.5 Payment , Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for"Traffic Control Labor"per hour shall be full pay for all costs for the labor provided for performing those construction operations described in , Section 1-10.2(1)B, and Section 1-10.3(1) of the Special Provisions, 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 weekly basis. The unit contract price for"Construction Signs Class A"per square foot of panel area shall be full pay for all costs for performing the work described in Section 1-10 3(3) and Section 1-10 3(4). This payment will include all labor, equipment, and vehicles necessary for the acquisition and installation of Class A signs, and ultimate return of ' any City-furnished signs Payment will not be made for Class A signs delivered to, or removed from the project without the approval of the City's Traffic Control 2007 Asphalt Chip Seal/Johnson t -42 June 5,2007 Project Number 07-3001 Supervisor. Upon completion of the project all Class A signs used on the project shall be delivered to the City Shops, 5821 S 240th Street. 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 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(5). 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. jThe unit contract price for"Portable Changeable Message Sign (PCMS)"per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(7). Relocation of the PCMS within the project limits wilt be paid under the item "Traffic Control Labor." ' The unit contract price for"Sequential Arrow Sign(SAS)"per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work ' and maintenance described in Section 1-10.3(8). The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the Standard Specifications and/or the 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 construction, irrespective of whether or not the termim of the detour are within the limits of the Contract. 2007 Asphalt Chip Seal/Johnson 1 -43 June 5,2007 Project Number 07-3001 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(3) of the Special Provisions. t r i r 2007 Asphalt Chip Seal/Johnson t -44 June 5,2007 Project Number 07-3001 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS ' NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7- 08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT ' DIVISION 5IS SUPPLEMENTED BYADDING THE FOLLOWING. 5-02.1 Description This work consists of providing and placing asphalt chip seal on a prepared roadway in accordance with the Kent Special Provisions. 5-02.2 Materials The grade of paving asphalt shall be Emulsified Asphalt CRS-2P. The aggregate for the chip seal shall be 3/8"to #10 aggregate. Recycled materials for the pavement section shall not be allowed. 5-02.3(2) Preparation of Roadway Surfaces 5-02.3(2)B Treated Surfaces The Contractor is responsible for performing all necessary preparation work to project streets prior to application of the slurry seal. Final sweeping will be done by the Contractor within 24 hours prior to chip seal application and will be subject to the approval of the Engineer prior to application. 5-02.3(2)D Post Surface Sweeping The Contractor is responsible for performing all necessary one time post surface sweeping of the completed chip seal surface, no later than 48 hours after the chip seal application The disposal of all excess aggregate/rock shall be the responsibility of 1 the Contractor for the chip seal project 5-02.3(3) Application of Asphalt Upon the properly prepared roadway surface, Asphalt Emulsion Grade CRS-2P and shall be applied at a rate of 0 40 gal per square yard. The aggregate shall be 3/8"to #10 chip and shall be applied at a rate of 30 pounds per square yard. 2007 Asphalt Chip Seal/Johnson 5- 1 June 5,2007 Project Number 07-3001 5-02.3(9)A Protection of Utilitv Lids and Covers All manhole covers, catch basins and valve box lids shall be protected from the chip seal surface treatment. All cost incurred by the Contractor in necessary protective measures shall be included in the unit contract puce for"Asphalt Chip Seal'. 5-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items ' when they are included in the Proposal- The unit contract price per square yard for"Asphalt Chip Seal' constitutes complete compensation for the furnishing of all labor, equipment, materials, tools and supplies required for the application of the Asphalt Chip Seal including, but not limited to: ' the preparation of any existing bituminous surface, or paving asphalt, and all other work necessary or incidental to complete this work, but for which no specific contract price is provided. 1 1 ! 1 1 2007 Asphalt Chip Seal/Johnson 5 -2 June 5,2007 ' Project Number 07-3001 CITY OF KENT DEVELOPMENT ASSISTANCE BROCHURE ' 6-5 Traffic Control Plans 1 1 i i i � 1 i 2007 Asphalt Chip Seal/Johnson A- 1 June 5,2007 Project Number 07-3001 er ' 1^Ruy roc^'° = ua >i , t ^5 srt i'i4�r' f s - +',� x `'4*`'•;`4 r�PullC.',„:Works ocation T 400 W Gowe ►Cent,WA$8032-5895 2204th`AvenueSouth°::` 253 ,856-5500-'FAX 253)856-6500 � 'sa�r_ '• a�+�c�:;E�=�� z =�c..,, `� f�'- 'ate-�=s�z- :�- �,'.� .f ),. �, �. ww sN..o ror PUBLIC WORKS u , Development 'AssIstance' Brochure #6-5Traffic Control Plans The City of Kent has adopted the City of Kent Minimum City of Kent Traffic Construction Standards(KCS)to set forth the re- Control Plan Requirements ' quirements and conditions that apply to all im- provements or extensions of the City of Kent street, 1. Except as specifically stated otherwise below storm drainage and utility systems.The KCS also to meet more stringent City standards, each includes the design requirements for private de- TCP must be prepared in conformance with velopments and their interface with the City of Kent PartVI of the MUTCD,"Standards and Guides utility,street and drainage systems.One of the most for Traffic Controls for Street and Highway important requirements contained within the KCS Construction,Maintenance, Utility, and Incident is the requirementto submit and receive approval Management Operations", 1988 Edition of for a Traffic Control Plan (hereinafter referred to MUTCD,through Revision No 7 dated Janu- ' as TCP)for all work within public rights-of-way that ary 3, 2000. This document is available for meets the requirements of the latest edition and perusal at the Department of Public Works, ' revision of the Manual on Uniform Traffic Control and for purchase from the Federal Highway Devices (MUTCD) as amended by WSDOT, Administration (FHWA). Each TCP must also adopted emergency amendments to WAG 296- meet the minimum requirements of WAC 296- , 155-305. WA 6-1 - 0 . and Citystandards. 155-305 and the Department of Labor and In- The Contractor is required to provide a TCP to dustries' emergency amendments to WAC the Department of Public Works for review and 296-155-305, approval prior to scheduling mandatory Pre-Con- 2 Each TCP must be site-specific and project- struction Meetings with the Department of Public specific. This means that the TCP for a spe- Works, and at least ten calendar days in advance cifiic project will include the name of that project, of the time the signs and other traffic control de- and the reason for working in the public right- vices will be required for minor construction projects which do not require Pre-construction of-way(water main connection,sanitary sewer ' Meetings. tap,street widening,driveway installation,etc) on the face of the TCP. Each TCP shall clearly indicate the number of traffic lanes within the The following requirements are intended to facili- public right-of--way, and where the work area tate the preparation of a TCP by the Contractor will be within those traffic lanes. who is going to perform the work (or their traffic ' safety consultant),and the review and approval of 3. Each TCP should include a vicinity map and the TCP by the Transportation Section of the De- must include a properly aligned North Arrow partment of Public Works.The City will not pre- to clearly indicate where the work will be per- pare a TCP for a Contractor or Ownerl formed within the public right-of-way. ' pwd2014 7/16/01 p 1 of 6 4. Each TCP approval will expire after 30 days 9. On large or complex construction projects, of the date of approval, and all work must be where morethan one TCP will be required due done between the hours of 8.30 AM(the cus- to phasing or complexity of construction, the ' tomary end of the AM Peak Hour) and 3-30 project limits for each TCP must be shown on PM (the customary beginning of the PM Peak an index plan sheet showing the entire scope Hour), unless the face of the TCP clearly states of the construction project, and the index plan , otherwise. On City streets which have ex- sheet must clearly reference the appropriate tremely large volumes of traffic,the TCP may TCP for each location and phase of construc- specify that the work will not be permitted ex- tion. ' cept during evenings, or during Holiday or on Sunday mornings, etc. 10. Each TCP must be entirely complete without references to other plans,charts orTCP.This , 5. Each TCP must include the name of the means that: streets,alleys, ornght-of-ways where the work a. Each sign and device must be identified will take place on the face of the TCP,and must with either the legend, common name, or , include the approximate distance(in feet)from the standard highway sign number An ac- the work zone to the nearest cross street(give tual picture or graphic of each sign / de- that street name)in both directions along the vice,while encouraged, is not required. ' street where the work will be performed.This b. The calculated Taper Lengths (in feet),and information may be shown on the vicinity map the Distances (in feet) between signs, , when provided. cones, and safety barrels, and other channelization devices must be provided 6. Each TCP must dimension the proposed work on the TCP. (Equations, or tables alone zone area (in feet) within the public right-of- are not acceptable.) ' way. 11. Each TCP must contain the following stamps, , 7. Advance Warning Arrow Display Boards or information blocks: (electronic sequential arrow displays) are re- quired for all lane closures on all City streets having more than two lanes.Computergener- APPROVAL IS CONTINGENT UPON , ated Message Boards may be required for NOTIFYING (inspector's name) 24 lengthy(or complex)projects on Washington HOURS PRIOR TO STARTING THE State Route Highways, and/or any City streets. ACTUAL WORKAT(telephone number). ' 8. Flaggers may be shown on the TCP and used TRAFFIC CONTROL PLAN APPROVAL by Contractors onlywhen all other reasonable Date (date) , methods of traffic control are inadequate to By (traffic specialist's name) warn, control and direct traffic in the work zone! a. When a TCP requires more than one r Flagger station, all Flaggers and equip- THE HOURS OF WORK WITHIN CITY ment operators must be equipped with RIGHTS-OF-WAY FOR THIS PROJECT , suitable two-way radio communication SHALL BE BETWEEN (hours ofwork). equipment to provide an additional mea- sure of safety. NOTE:THIS TRAFFIC PLAN APPROVAL b. When projects involve night construction, IS ONLY VALID FORA PERIOD OF ' all Flagger stations must be illuminated with CALENDAR DAYS FROM THE DATE OF lighting devices which do not blind ap- APPROVAL GIVEN HEREON. ' proaching drivers, and all workers must wear white coveralls.at night,,,r,, M:r- pwd2014 7/16/01 p 2 of 6 ' TCP Requirements for Drop. 4. Drop-offs of more than 0.50 foot not within the Offs Within or Adjacent to the traveled way or auxiliary lane must be protected Traveled Way: with appropriate warning signs and further pro- 1. Drop-offs up to 0.20 foot, unless otherwise tected as indicated in 3a, 3b, or 3c if all of the fol- ' ordered by the Engineer or Inspector, may re- lowing conditions are met main exposed with appropriate warning signs a. The drop-off is less than 2 feet; (i.e. SHOULDER DROP-OFF; W8-9a, or b. The total length throughout the project is ' equivalent)alerting motorists of the condition. less than 1 mile, a The drop-off does not remain open for 2. Drop-offs of more than 0.20 foot that are in more than threeworking days, ' the traveled way or in an auxiliary lane will not d. The drop-off is not present on any Kent be permitted unless protected with appropri- Holidays;and ate warning signs and further protected as in- e. The drop-off is only on one side of the ' dicated in 3b or 3c below. roadway. 3. Drop-offs of more than 0.20 foot,but not more 5. Drop-offs of more than 0.50 foot that are not ' than 0.50 foot, that are not within the traveled within the traveled way or auxiliary lane and way must be protected with appropriate warn- are not otherwise covered by 4 above must ing signs and further protected by having one be protected with appropriate warning signs ' of the following: and further protected as indicated in 3a or 3c a. A wedge of compacted stable material placed at a slope of 4:1 or flatter. 6. Open trenches within the traveled way or aux- ' b. Channeling devices(Type II Barricades, iliary lane must have a steel plate cover placed plastic safety drums, other retro- and anchored over them when work is not in reflectorized and approved devices 36 progress.Awedge of suitable material, if re- inches or more in height)placed along the quired by the Engineer or Inspector, must be traffic side of the drop-off and a new edge placed for a smooth transition between the of pavement stripe (temporary fog line) pavement and the steel plate. Warning signs ' placed a minimum of 3 feet from the drop- must be used to alert motorists of the pres- off. The maximum distance between the ence of the steel plates. ' devices must be the posted speed limit in miles per hour. Pavement drop-offwam- ing signs must be placed in advance and Synopsis of City of Additional ' throughout the drop-off treatment. Kent Standards for Traffic c. Temporary concrete barrier, or other ap- Control Devices proved barrier, installed on the traffic side ' of the drop-off with 1 foot between the 1. Type I Barricades are not acceptable traffic drop-off and the back of the barrier and a control devices within the City of Kent! new edge of pavement stripe (temporary ' fog line)a minimum of 2 feet from the edge 2. Type II Barricades,and all other traffic control of the barrier.An approved terminal,flare, devices and their supports must not show the or impact attenuator will be required at the owner's name or any advertising or commer- ' beginning of the section. For night use, cial message that is not essential to traffic the barrier must have standard delinea- control. This is a requirement of Section 1 A- tion such as paint, reflective tape, lane 3A of the MUTC ' markers,or warning lights. pwd2014 7/16/01 p 3 of 6 v r 3. All TCP signs and other traffic control devices 8. On all Kent streets or State Route Highways r must be Inspected and accepted by the City having a posted Speed Limit of 35 MPH or Department of Public Works prior to use. Un- higher. all WSDOT Class B (or NCHRP Cat- r approved signs and devices will not be used. egory II)TCP signs and sign supports installed 4. At no time will ecology blocks, Jersey bar afterJanuary 1, 2000 are required to have roll- up fluorescent orange work zone fabric sign , ers, or similar non-crashworthy devices, be panels, and to fully meet the crash require- used to block streets or driveways during or ments of NCHRP Report 350. Rigid alumi- after construction without proper impact attenu- num,and wood TCP signs are not accept- r ation. All NCHRP Category III traffic control able for Class B TCP signs on and along devices such as these must be demonstrated public streets and highways having to be crashworthy and certified NCHRP 350 speed limits of 35 MPH or higher!Accept- r compliant prior to City acceptance for this able fluorescent orange Type IV and Type VII purpose. fabric sign materials and signs are manufac- tured by 3M Company, Stimsonite Corpora- r 5. All TCP signs must be standard sizes or larger tion and other manufacturers, and TCP fabric and must be clean, legible and in near new sign panels made of this material are avail- condition. Broken, dirty,illegible,hand painted, able through several commercial sign fabri- r or hand sprayed TCP signs are not permitted cators. at any time. When any TCP sign becomes classified as less than"acceptable'as defined 9. Each Flagger must have in their possession , by the book"Quality Standards for Work Zone either a valid Washington State Traffic Con- Traffic Control Devices", it must be immedi- trol Flagger Card, or a valid flagger card from r ately removed from the project and replaced a state having reciprocity with Washington. with a new TCP sign classified as "accept- The flagger card must show verification that able." Kent standard sizes for warning signs the flagger training prescribed in WAC 296- are defined below: 155-305 (6)is completed, and the card's ex- Speed Limit/Prevailing Speed < 35 MPH: piration date. 24 inches by 24 inches Speed Limit/Prevailing Speed > 35 MPH, Washington State Department of Labor and ' < 50 MPH: 36 inches by 36 inches Industries has adopted emergency rules that Speed Limit/Prevailing Speed > 50 MPH: went into effect on June 1, 2000, and will fol- r 48 inches by 48 inches low up with permanent rules to take effect by March 1, 2001. While several of those emer- 6. All TCP signs and traffic control devices must gency rules were already adopted by the City have Engineer Grade or better retro-reflective of Kent, until such time as the permanent rules ' faces for both day time and night time use are in effect,the following additional require- whenever there is the slightest possibility that ments must be met for all TCP jobs requiring r the signs or traffic control devices will remain Flaggers: after dusk. 10. On-site orientation — The Contractor, Em- ' 7. Unless otherwise specified on the approved ployer,or Project Owner must conduct an on- TCP,the maximum distance between adjacent site orientation when Flaggers start a newlob. channelization devices will be the posted This orientation must include, but is not lim- , speed limit in miles per hour, except in tapers ited to:the Flagger's role and location on the where the maximum distance between de- job site; motor vehicle and equipment in op- vices will be one-half of the posted speed limit eration at the site,job site traffic patterns;com- , in miles per hour, munications and signals to be used between pwd2014 7/16/01 p 4 of 6 r Flaggers and Equipment Operators; on-foot c. Flaggers are not assigned other duties escape route; and other hazards specific to while flagging; the lob site. d. Flaggers do not use personal devices (i.e cell phones, pagers, radio head- 11. Additional warning sign—On roads allowing phones,etc)thatcan distract their vision, ' speeds of at least45 mph,the Contractor must hearing or attention Devices such as — provide an additional BE PREPARED TO two-way radios used for communica- STOP warning sign. This warning sign is in tions, directing traffic, or ensuring addition to the advanced warning signs re- Flagger safety are acceptable. quired by the MUTCD, and should be placed between the last two warning signs in the se- 15. The Contractor must develop and use a ries, or on the opposite side of the streetwhen method to ensure that Flaggers have ad- used on undivided streets. equate warning of objects approaching from behind the Flagger. Mirrors, spotters, and in- 12. High visible clothing during daylight hours— trusion devices may be used to meet this re- While flagging during the day,a Flagger must quirement, but are not mandatory Additional wear: training alone is not sufficient to meet this re- a. A high visibility warning garment de- quirement. signed in accordance with Class 2 speci- fications for ANSI / ISEA 107-1999, Implementation of Temporary American National Standards for High Traffic Controls: Visibility Safety Apparel—specifically a garment containing at least 775 square 1. The Contractor shall hire a Traffic Control Su- inches of background material and 201 pervisor(TCS)whenever the Contract Speci- square inches of retro-reflective material; fications, or the approved TCP require it The and TCS shall be on the project whenever traffic b. A high visibility hard hat. control labor is required, and as otherwise required by the City Department of Public 13. High visibility clothing during nighttime hours Works. —While flagging at night,a Flagger must wear. a. A high visibility garment designed in ac- 2. The TCS shall personally perform all of the cordance with Class 2 specifications in duties of the TCS. During non-working hours ANSI/ISEA 107-1999,over white over- the TCS shall be able to be on the job site alls, or other coveralls designed in ac- with a 45-minute time period after notification cordance with Class 2 specifications in by the City. ANSI/ISEA 107-1999; and b. A high visibility hard hat that contains at 3. The TCS duties shall include. least 12 square inches of retro-reflective a. Inspecting traffic control devices and material providing 360 degree visibility. night time lighting for proper location,in- C. During inclement weather, yellow rain stallation, message, cleanliness, and af- gear may be substituted for white cover- fect on the traveling public. Traffic con- alls. trol devices shall be checked each work 14. Contractors must ensure that: shift exceptthat ClassA signs and night time lighting need to checked only once a. Flagger workstations are illuminated at each week.Traffic control devices left in night without adverse glare; place for more than 24 hours should also b. Warning signs reflect the actual be inspected once during the non-work- conditions within the work zone; ing hours when they are initially set up pwd2014 W16101 p 5 of 6 b. Preparing a daily traffic control diary on conditions as long as the original intent WSDOT forms 421-040A and 421-040B of the TCP is maintained and the revi- and on other forms as necessary,which sions has concurrence with the City De- shall be submitted to the City no laterthan partment of Public Works the end of the next working day to be- d. Attending traffic control coordinating come part of the project records. The meetings or coordination activities as diary shall include such items as: deemed necessary by the City Depart- (1) When and where signs and ment of Public Works. traffic control devices are e. Preparing,submitting, and implementing installed and removed; supplemental TCP when the approved (2) Location and condition of all TCP no longer reflect the Contractors signs and traffic control devices; means and methods of work. (3) Revisions to the approved TCP; (4) Lighting utilized at night; (5) Observations of traffic conditions; (6) Verifying that the on site orienta- tion has occurred for each nagger on the Last Revised August 22, 2000 project; (7) Verifying that each Flagger has the required flagger certification card,high visibility hard hat,vest, coveralls, and other appropriate clothing; (8) Verifying that Flaggers are appro- priately located, and that each Flagger's attention is not diverted from their duties by the use of personal radios, cell phones, or similar devices(the use of radios for communication between equipment operators and other Flaggers is acceptable); (9) Verifying by regular interviews that Flaggers are not being as- signed other duties while flag- ging;and (1) Verifying that each Flagger has adequate warning of objects ap- proaching from behind the Flagger. Mirrors, spotters, and intrusion devices may be used to meetthis requirement,but are not mandatory. Additional training alone is not sufficient to meet this requirement) C. Ensuring that corrections are made if traf- fic control devices are not functioning as required.The TCS may make minor re- visions to the TCP to accommodate site pwd2014 7/16101 Q 6 of 6 LOCATION MAP AND CROSS SECTIONS j 2007 Asphalt Chip Seal/Johnson A-2 June 5,2007 ProjectNumber 07-3001 �l 1� SE 2401H ST SE 240TH T N N W a CLARK i LK o � SE 248TH ST uj SE 256 S 0 z N Ln > SE 264TH ST G�Fy iLu N o It Q 10 V) Icq W SR SE 274TH ST E 2 4TH 'S z IM 1 SE 282ND ST 5� I i� aT wuM�+CITY OF KENT. ENGINEERING DEPARTMENT • 220 4TH AVE 5 KENT. WA 98032 —T 2007 ASPHALT CHIP SEAL SCHEDULE I MAP 8 01 KENT PROJECT NO 07-3001 132ND AVE SE t D n r = r!l C r m W N z f > � D � c m m t m m r -P COG)� I O D = m m x D U.) X N o Z I O (n m N S O m x p D (n D -I V m �� CD 0 D m m 0 m n 2 n W N 0 IVZ z = 0 D z J I00 m Q m -AO� ZDX222 N !!!I O A z z� -< �7 mmm I = --iD I O � v �DrzZ ° DnX0 0 o O -n1� �`� _ -VI-rS o D A S A Z r n -ri �-r� I X rn ;u 0, V1 2 O= I � � � �= m � � �� 9 z�D z O � z2 1 �� < x�z� m � AN w Q2 > m m x� <rV) Co D r*m A tmn m x czi Z 1"--4 m Y D —i S -Ni y� z moo G7r m I =z Am ZCj m o ; z� z Am o om v m m z f*7 W n = D N N w -4 m � D m A m f m z z o m OD z N • A r i � D C7 � = r m rn c r m I I 1 N D m � m rri m m 0 r < x I D x m � I rn = zz I a N 1 N Cl)D m V I C7 m D =_ o 'O W N Z D I S r � O co D z r z -r+ n DONZX D222 (Am m Sz i < A mmm I co o 2 z N.-CAI r D m D f*m D o � Cl) — S S o m v A o r O r Z r I O D N ~ � �� � m > 2 �� D �' z rn �N t m x m N A I x mm T 01 � DMD 20 rT a m(7 D - N _ Q 2 > m Z CN �S 0 x zm co n -I�N�rr77 O -Ni S w V) �---- p '"I n S r Z ➢ D z 0 m C r Qz n� :9 A m CO O C> ' Icz) Dom m cc n rl o 2 ➢ -Ni f l N A m m �7 D z z m � a wzrQ*I O D CNNr- + � @ % UD / % @ @ � e f / , @ m � m . e ! m | R | > r , x @ \ § r < > ® | 7 § . Cl) \ \ / ' / m m R . � \ z4 m . /® / ! & § ? m 7a ) ) � 3 §n > z . m } /\ \ \� � \ \ \/ / > ? > m> ®' § e ; 0C) C § gz§ . � § § g I-- /oo / k7 S ] 99� Q e ? \} ; k �� � \ 0 ; f m . 0� m// \ » ƒ 99 x t %!� / m = o QL j\ cn � j M\ �\ � Om > / 2 <\ > m , CO> ; \® \ ) } \% \_ 32 m 0 / / ! Co m \ \= § / �Co co o0 ) p§ a 2 / co cc / § y \ m / > @ � ( co � � � L4\ @ p t TRAFFIC CONTROL PLANS i 1 1 t t 1 1 i I ' i 2007 Asphalt Chip SeaVJohnson A-3 June 5,2007 Project Number 07-3001 W ' QJQ N Wj N Q ap iz U N M J ai a— lo a� N N 2 V N / 1 TT I I N� 61^ i� Fi Wvt n9 O ot Bl e gym_ t_ nE N a , = 3AV HibZ � c bi N Y y6 Y co ` HS NY Mlflt (). ]G y.Y YLLOII a 2 ~` f Y XIWt N 3S MV WN, N 6Y says 5 Y WWl f � iI tl. 80 5 h e� g EN a �m goy � en 6 s i pwv, o4iK noa gzg ; :ICE a�3`oo�< i �z3o"m' W. env, o z W 32p O m�mo Il a�a � Q Y N rc em IJ plc � V~I > Y W 5 t <>2e G WAY 32 O 0 JY <Q Y„N m _6022 3e3 1n >JY SFx' O O J� QO wY o_z G Z >ag 3ocl � Qg ar VN` c zW Vz a<J �r� � Qg a� 2ZjZW Uv U <SIY OSZN 222 � � 4� lLJ � JS U U <dW KEN ZSF � LLW WVl 1J J LLW _ F G.W < �26WJ � � Z<O yNW ~Z a0 � WW un vi2w_ �N O ZQ� WSW �FQ V QO lL FO WO VFY 6m a �i ^ yl0 � Z O 1 o� 0 0 5 N W ow¢ w c.� m Q p it lJ W r� O V O N W 0 O� K N N _Q Y K Q K O a E z 0 � w z r- w o U z 3 0 N F u o o w¢� o w 21 Ul N li N Z y f'� • ��Q q ® iLLs W O¢Q, < W 0 F- 3 R Q x :F,OOZ :P,OOZ T,OOZ 41 3 G ® ® ® n n w ® ® ® ® ® ® ® ® ++M 7 IA 19 T mp ^`/ T 5 N T,GOZ TIoOZ T-,OOZ—1 U a W W Q J U O U O O O W W w ¢ K = WON 3 < ¢w ¢ aW(�. �3Q a Fpu w Jm 3� w zpm,w <N FtnF�� n ESQ D U X ¢K U Su'J ��ow d' < 6 VI VIN U1OO pK O OV MO 2 p U � O J W J OCOY p p U w w 0 0 3,00 azw¢ ¢ ¢ ¢¢ 10 0l <_ J xowl- x = x� xon xx ¢w�N N N 00 [II4O wN dMm > N M Q N t0 1� S I ; ƒ7 |■ ; o k= � ( < k\ E ) § : Z® d m! ] Di � ^ | *,Oo T . . ^ T ouz | a- OW }\ § § $g "00 \k( k § § § ; y|\ §\\ 2 ) 7 §© \ zoo + « |!\ $ \/\ \ \ \o ( \/\ ) / \ \ } \` 2 I � & ; | � \ + - . �� ) 6! � \ ( � . z 15 ` I !_ » « ) e|\ « | _ ,_ _ *,oaz , m \ g! g, \§ }\ � \§ , ,[e y K y §,G §�§ :}® 00 \ }a zoo ) �\ .)� \\ � ,-- \ ` & ` / \) ; x »)G\§§ \ 2a — � # } }}\ ++ , \\ � \ � \ * j 14 # # ~ w � wz / / § \ 22) §i vs _ f \ \\ \� \ 0- § wx ;22 2 \/ } j x §) § §\/ 4 <0! U j§ / |»! f 45, i ::< !:( / ( mw\ 0 0 \( ( ))) j � k 9> :H A! (k � ol \ k � § \ s m 2 !; » - ] / } }\/\> =/r„ az , , 7 411� — . . . . _ T,DOZ TXOZ �■ - kjj ` :\ \ am e� \}\k j/ / ()�k( §) \)(\ ` ` `;]/e»& j \ \® jlv \! 2,*, � r PREVAILING WAGE RATES r r r r r r r i � r r � r r r r r r r 2007 Asphalt Chip Seal/Johnson A-4 June 5,2007 Project Number 07-3001 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)9D2-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects,workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements Is provided on the Benefit Code Key KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34 36 1 M 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42 47 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $41 43 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $4133 1M 5D CARPENTER $4133 1M 5D CREOSOTED MATERIAL $41 37 1M 5D DRYWALL APPLICATOR $41 31 11M 5D FLOOR FINISHER $4140 1M 5D FLOOR LAYER $4140 1M 5D FLOOR SANDER $4140 1M 50 MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 50 PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $41 47 1M 5D SAWFILER $41 40 1M so SHINGLER $4140 1M 50 STATIONARY POWER SAW OPERATOR $41 40 1M 50 STATIONARY WOODWORKING TOOLS $41 40 1M 5D CEMENT MASONS JOURNEYLEVEL $4226 1M 5D DIVERS&TENDERS DIVER $85 75 1M 5D 8A DIVER TENDER $44 22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42 02 1T 5D 8L ASSISTANT MATE(DECKHAND) $41 51 1T 5D 81- BOATMEN $4202 1T 5D 8L ENGINEER WELDER $42 07 1T 5D 81- LEVERMAN,HYDRAULIC $43 64 1T 5D 8L MAINTENANCE $4151 1T 5D 8L MATES $42 02 1T 5D 8L OILER $4164 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41 14 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52 30 1 D 5A CABLE SPLICER(TUNNEL) $56 21 1 D 5A CERTIFIED WELDER $50 53 10 5A CERTIFIED WELDER(TUNNEL) $54 26 1 D 5A CONSTRUCTION STOCK PERSON $27 32 1 D 5A JOURNEY LEVEL $48 75 1 D 5A JOURNEY LEVEL(TUNNEL) $52 30 1 D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION , CABLE SPLICER $55 40 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $35 92 4A 5A HEAD GROUNDPERSON $37 88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $37 88 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42 26 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 6Q MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 70 2K 5B FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $29 68 1M 50 GLAZIERS JOURNEYLEVEL $42 41 1H SG HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4513 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34 84 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 10 1 INLAND BOATMEN CAPTAIN $38 04 1K 56 COOK $31 90 1K 5B DECKHAND $31 59 1K 5B ENGINEER/DECKHAND $34 37 1K 5B MATE,LAUNCH OPERATOR $36 02 1K 5B Page 2 i 1 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/C LEAN]NG/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $973 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $1278 1 TECHNICIAN $7 93 1 TV TRUCK OPERATOR $10 53 1 ' INSULATION APPLICATORS JOURNEY LEVEL $4127 1M 5D IRONWORKERS JOURNEY LEVEL $46 25 10 5A LABORERS ASPHALT RAKER $34 84 1M 5D BALLAST REGULATOR MACHINE $34 36 1M 5D BATCH WEIGHMAN $29 68 1M 5D BRUSH CUTTER $34 36 1 M 5D BRUSH HOG FEEDER $34 36 1M 5D BURNERS $34 36 1 M 5D CARPENTER TENDER $34 36 1M 5D CASSION WORKER $35 20 1M 5D CEMENT DUMPER/PAVING $34 84 1 M 5D CEMENT FINISHER TENDER $34 36 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $34 36 1M 5D CHIPPING GUN(OVER 30 LES) $34 84 1M 5D ' CHIPPING GUN(UNDER 30 LBS) $34 36 1M 5D CHOKER SETTER $34 36 1M 5D CHUCK TENDER $34 36 1M 5D CLEAN-UP LABORER $34 36 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34 84 1M 5D CONCRETE FORM STRIPPER $34 36 110 5D CONCRETE SAW OPERATOR $34 84 1M 5D CRUSHER FEEDER $29 68 1M 5D CURING LABORER $34 36 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $34 36 1M 5D DITCH DIGGER $34 36 1M 5D DIVER $35 20 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1M 5D DRILL OPERATOR,AIRTRAC $35 20 1M 5D DUMPMAN $3436 1M 5D EPDXY TECHNICIAN $34 36 1M 5D EROSION CONTROL WORKER $34 36 1M 5D FALLER/BUCKER,CHAIN SAW $34 84 1M 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $27 36 1M 5D construction debris cleanup) FINE GRADERS $34 36 1M 5D FIRE WATCH $29 68 1M 5D FORM SETTER $34 36 1M 5D GAB{ON BASKET BUILDER $34 36 1M 5D GENERAL LABORER $34 36 1M 5D GRADE CHECKER&TRANSIT PERSON $34 84 1M 5D GRINDERS $34 36 1M 5D GROUT MACHINE TENDER $34 36 1M 5D Page 3 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 1M 5D HAZARDOUS WASTE WORKER LEVEL $3520 1M 5D HAZARDOUS WASTE WORKER LEVEL B $3484 1M 5D HAZARDOUS WASTE WORKER LEVEL C $3436 1M 5D HIGH SCALER $3520 1M 5D HOD CARR]ER/MORTARMAN $3484 1M 5D JACKHAMMER $34,84 1M 5D LASER BEAM OPERATOR $3484 1M 5D MANHOLE BUILDER-MUDMAN $3484 1M 5D MATERIAL YARDMAN $3436 1 M 5D MINER $3520 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3484 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 iM 5D PILOT CAR $29 68 1 M 50 PIPE POT TENDER $3484 1M 5D PIPE RELINER(NOT INSERT TYPE) $3484 1M 5D PIPELAYER&CAULKER $3484 1M 5D PIPELAYER&CAULKER(LEAD) $3520 1M 5D PIPEWRAPPER $3484 1M 5D POT TENDER $3436 1M 5D POWDERMAN $3520 1M 5D POWDERMAN HELPER $3436 1M 5D POWERJACKS $3484 1 M 5D RAILROAD SPIKE PULLER(POWER) $3484 1 M 5D RE-TIMBERMAN $3520 1M 5D RIPRAP MAN $3436 1M 5D RODDER $3484 1M 5D SCAFFOLD ERECTOR $3436 1M 5D SCALE PERSON $3436 1M 5D SIGNALMAN $3436 1M 5D SLOPER(OVER 20") $3484 1M 5D SLOPER SPRAYMAN $3436 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3484 1M 5D SPREADER(CONCRETE) $3484 1M 5D STAKE HOPPER $34 36 1M 5D STOCKPILER $3436 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3484 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $3484 1M 5D TOOLROOM MAN(AT JOB SITE) $3436 1M 50 TOPPER-TAILER $3436 1M 5D TRACK LABORER $3436 1M 5D TRACK LINER(POWER) $3484 1M 5D TRUCK SPOTTER $3436 1M 5D TUGGER OPERATOR $3484 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3436 1M 5D VIBRATOR $3484 1M 5D VINYL SEAMER $3436 1M 5D WELDER $3436 1M 5D WELL-POINT LABORER $3484 1M 5D Page 4 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $34 36 1M 50 PIPE LAYER $34 84 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10 63 1 LANDSCAPING OR PLANTING LABORERS $8 42 1 LATHERS JOURNEY LEVEL $41 31 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $1156 1 ELECTRICIAN $1156 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $1156 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $1156 1 WELDER $1156 1 PAINTERS JOURNEY LEVEL $33 16 2B 5A PLASTERERS JOURNEYLEVEL $4123 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $842 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55 34 1 G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 1 M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42 35 1 M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42 84 1 M 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43 39 1 M 5D 8L BACKHOES, (75 HP&UNDER) $41 93 1 M 5D 8L BACKHOES, (OVER 75 HP) $42 35 1 M 5D 8L BARRIER MACHINE(ZIPPER) $42 35 1 M 5D 8L BATCH PLANT OPERATOR,CONCRETE S42 35 1 M 5D 8L BELT LOADERS(ELEVATING TYPE) $41 93 1 M 5D 8L BOBCAT(SKID STEER) $39 57 1 M 5D 8L BROOMS $39 57 1 M 5D 8L BUMP CUTTER $42 35 1 M 5D 8L CABLEWAYS $42 84 1 M 5D 8L CHIPPER $4235 1M 5D 8L COMPRESSORS $39 57 1 M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39 57 1 M 5D 8L CONCRETE PUMPS $4193 1M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1 M 5D 8L CONVEYORS $4193 1M 5D 8L Page 5 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1 M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1 M 50 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $42 84 1 M 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43 39 1 M 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43 96 1 M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1M SD 8L CRANES,A-FRAME,OVER 10 TON $41 93 1M 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44 52 1 M 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42 35 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42 84 1M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43 39 11M 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $43 39 1 M 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43 96 1 M 5D 8L CRUSHERS $4235 1M 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42 35 1M 5D 8L DERRICK,BUILDING $42 84 1M 5D 8L DOZERS,D-9&UNDER $41 93 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1 M 5D 8L DRILLING MACHINE $42 35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39 57 1M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1 M SD 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 1M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1M 5D 8L GRADE ENGINEER $41 93 1M 5D 8L GRADECHECKER AND STAKEMAN $39 57 1 M 5D 8L GUARDRAIL PUNCH $42 35 1 M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41 93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39 57 1 M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41 93 1M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1 M 5D BL LOADERS,OVERHEAD(8 YD&OVER) $43 39 1M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42 35 1 M 5D 8L LOCOMOTIVES,ALL $42 35 1M 5D 8L MECHANICS,ALL $42 84 1M 5D 8L MIXERS,ASPHALT PLANT $42 35 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $42 35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 1M 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 1M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 5D BL OPERATOR PAVEMENT BREAKER $39 57 1M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42 35 1 M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41 93 1M 5D 8L POSTHOLE DIGGER,MECHANICAL $39 57 1M 5D 8L POWER PLANT $39 57 1 M 5D 8L PUMPS,WATER $39 57 1M 5D 8L Page 6 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Nate Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42 84 1 M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1 M 5D 8L EQUIP RIGGER AND BELLMAN $39 57 1 M 5D 8L ROLLAGON $42 84 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1 M 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 1 M 5D 8L ROTO-MILL,ROTO-GRINDER $42 35 1 M 5D 8L SAWS,CONCRETE $41 93 1 M 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 35 1 M 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 84 1 M 5D 81. OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41 93 1 M 5D 8L SCREED MAN $42 35 1 M 5D 8L SHOTCRETE GUNITE $39 57 1 M 5D 8L SLIPFORM PAVERS $42 84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1 M 5D 8L SUBGRADE TRIMMER $42 35 1 M 5D 8L TOWER BUCKET ELEVATORS $41 93 1 M 5D 8L TRACTORS,(75 HP&UNDER) $41 93 1 M 5D 8L TRACTORS, (OVER 75 HP) $42 35 1M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42 35 1 M 5D 8L ' TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1 M 5D 8L TRENCHING MACHINES $41 93 1M 5D 8L TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $41 93 1 M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42 35 1 M 5D 8L ' TRUCK MOUNT PORTABLE CONVEYER $42 35 1 M 5D 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1 M 5D 8L YO YO PAY DOZER $42 35 1 M 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34 27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $53 01 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $2705 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23 47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22 64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $4114 1E 5P RESIDENTIAL ELECTRICIANS ' JOURNEY LEVEL $26 24 i RESIDENTIAL GLAZIERS JOURNEY LEVEL $27 89 1H 5G 1 Page 7 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ' RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18 12 1 , RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $53 01 1G SA RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEYLEVEL $29 76 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEYLEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $40 33 1B 5A ROOFERS JOURNEYLEVEL $35 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49 97 1E 6L ' SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23 36 1 SIGN MAKER $16 84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17 31 1 SIGN MAKER $15 61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 18 5A SOLAR CONTROLS FOR WINDOWS , JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53 24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) , JOURNEYLEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29 89 2B 5A HOLE DIGGERIGROUND PERSON $16 81 2B 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29 89 2B 5A SPECIAL APPARATUS INSTALLER II $29 30 2B 5A Page 8 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29 89 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27 82 2B 5A TELEVISION GROUND PERSON $15 96 2B 5A TELEVISION LINEPERSONIINSTALLER $21 17 26 5A TELEVISION SYSTEM TECHNICIAN $25 15 2B 5A TELEVISION TECHNICIAN $22 64 2B 5A ' TREE TRIMMER $27 82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40 33 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34 90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39 04 1T 5D BL ASPHALT MIX(OVER 16 YARDS) $39 62 1T 5D 8L DUMP TRUCK $39 04 1 T 5D 8L DUMP TRUCK&TRAILER $39 62 1T 5D 8L OTHER TRUCKS $39 62 1T 5D 8L TRANSIT MIXER $23 45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12 97 1 ' WELL DRILLER $17 68 1 ' Page 9 BENEFIT CODE KEY - EFFECTIVE 03-3-07 RkR##t#rtt}#rtttf}R}rtkkkt#rt#rtrt#ttit#itf tkRt#tit}{f ktk}}iitt#k##k+##}tiRii}kt ikR kt k#######t#+rttrt####}}}tttik#t##t;#i{#i3Ri{ 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 FILE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOLRS 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 ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO 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 SATLRDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED 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 TI.MES 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 HOLRLY 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 THE FIRST TWO (2) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ' L 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 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 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 BENEFIT CODE KEY-EFFECTIVE 03-03-07 -2- I 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 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 T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED AFTER 6 OOPM SATURDAY TO 6 OOAM MONDAY AND ON HOLIDAYS 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 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 HOURLYRATE OF WAGE V ALL HOURS WORKED ON SATURDAYS,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 ' 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 A THE FIRST SIX(6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO 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 D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION 10 THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY 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 BENEFIT CODE KEY-EFFECTIVE 03-03-07 , -3- 2 I ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE J ALL HOURS WORKED ON SUNDAYS 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 THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY M ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE 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 P THE FIRST EIGHT(8)HOURS ON 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 SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RAFE OF WAGE ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES 5 A HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) B HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8) 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) E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) , F 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,AND CHRISTMAS DAY(11) G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER , THANKSGIVING DAY,AND CHRISTMAS(6) I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND ' CHRISTMAS DAY(6) J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7) N HOLIDAYS NEW YEAR'S DAY,PRESIDENTS' DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9) P HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(9) 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 (7 112) BENEFIT CODE KEY-EFFECTIVE 03-03-07 -4- 5 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(10) ' V PAID HOLIDAYS SIX(6)PAID HOLIDAYS W PAID HOLIDAYS NINE(9)PAID HOLIDAYS ' X HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8) Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION ' DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8) 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) ' B PAID HOLIDAYS NEW YEAR'S EVE DAY,NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE'S DAY,AND CHRISTMAS DAY(9) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9) D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY ' AFTER CHRISTMAS DAY(9) F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,VETERANS'DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(I1) I PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) L 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) Q PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8) UNPAID HOLIDAY- PRESIDENTS'DAY 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) ' U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9) V PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(9) W PAID HOLIDAYS NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY(10) X PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, ' MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11) BENEFIT CODE KEY-EFFECTIVE 03-03-07 i -5- NOTE CODES ' 8 A THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE ' OVER 50'TO 100'-$1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER IOO'TO 175'-$2 25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5 50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED , FOR 250 FEET C THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO ' THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$1 00 PER FOOT FOR EACH FOOT OVER 50 FEET ' OVER IOO'TO 150'-$1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-$2 00 PER FOO C FOR EACH FOOT OVER 150 FEET OVER 200'-DIVERS MAY NAME THEIR OWN PRICE 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 $075, 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 SO 50,AND LEVEL D SO 25 9 A SHIFT DIFFERENTIAL SWING FROM 4 30 PM TO I AM IS WAGE PLUS 17 3% ' GRAVEYARD FROM 12 30 AM TO 9 00 AM IS WAGE PLUS 31 4% B SHIFT DIFFERENTIAL SWING FROM 4 30 PM TO 12 30 AM IS WAGE PLUS 10%FOR 7'/z HOURS WORKED GRAVEYARD FROM 12 30 AM TO 9 00 AM IS WAGE PLUS 15%7 HOURS WORKED C ' 1